Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 4th Jul 2025
Reference | ocds-h6vhtk-055933 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £285,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 4th Jul 2025
Reference | ocds-h6vhtk-055933 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £285,000 |
Section I: Contracting authority
I.1) Name and addresses
Southside Housing Association
Southside House, 135 Fifty Pitches Road
Glasgow
G51 4EB
csd [at] southside-ha.co.uk
Telephone
+44 1414221112
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Brown + Wallace
Glasgow
G1 5PE
admin [at] brownandwallace.co.uk
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
National registration number
22 James Morrison Street
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Southside Housing Association - EICR's
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Inspect electrical installations for physical damage, wear and tear, loose connections, and other visual issues. The system should be checked and tested to ensure it meets current legislation including insulation resistance, earth fault loop impedance and continuity testing. In all instances an EICR report should include a detailed record of the inspection and testing, identifying and faults and con compliances. The report should also include recommendations for remedial works.
II.1.5) Estimated total value
Value excluding VAT: £285,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50711000 - Repair and maintenance services of electrical building installations
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
II.2.4) Description of the procurement
The Association wishes to appoint a framework of 3nr contractors to carry out EICR's within properties owned and managed by the Association.
The services will be procured under a Measured Term Contract (MTC) as detailed in the ITT appended to this opportunity.
The Contract term will be for an initial 3-year period which an option of a further 2 x single year extension to a maximum of 5 years. The decision to award the contract extension will be at the discretion of the Association and will be on the basis of one-year increments.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Contract term will be for an initial 3-year period which an option of a further 2 x single year extension to a maximum of 5 years. The decision to award the contract extension will be at the discretion of the Association and will be on the basis of one-year increments.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Refer to the appended ITT
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to the appended ITT.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details of the contract performance conditions are contained in the ITT.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2025
Local time
5:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
5 August 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Refer to ITT for Community Benefits requirements.
(SC Ref:803319)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom