Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Oct 2025
| Reference | ocds-h6vhtk-05d389 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Restricted procedure |
| Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Oct 2025
| Reference | ocds-h6vhtk-05d389 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Restricted procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
Clydebank Housing Association Ltd.
77-83 Kilbowie Road
Clydebank
G81 1BL
jack [at] clydebank-ha.org.uk
Telephone
+44 1419411044
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
Buyer's address
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:
Ewing Somerville Partnership (Scotland) Ltd.
40C Speirs Wharf
Glasgow
G4 9TH
info [at] ewing-somerville.com
Telephone
+44 1413533531
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
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
Clydebank Housing Association Ltd. Passenger Lift Servicing and Reactive Maintenance Contract
Reference number
ESP 4933
II.1.2) Main CPV code
- 50750000 - Lift-maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Clydebank Housing Association are seeking to enter into a contract with a suitably experienced contractor for the provision of an all-inclusive annual servicing and reactive maintenance contract to their passenger lift installations in Clydebank for a three-year period commencing 1 April 2026 to 31 March 2029 with the possibility of contract extensions up to a maximum of two additional years in total.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
Clydebank
II.2.4) Description of the procurement
Passenger Lift Servicing and Reactive Maintenance Contract from 1 April 2026 to 31 March 2029
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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 is to be let for a period of three years with an option to extend the contract on a yearly basis for a further two years. Any decision to extend the contract will be made entirely at the Employers discretion and will be subject to satisfactory performance against published key performance indicators
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The Bidder's SPD will be assessed to ensure all bidders pass the threshold for working with a public body and questions 4C1.1/4C1.2 and 4C.6 scored. The five highest who have passed all other sections will be invited to go through to the tender stage of the procurement procedure. If scores are tied between bidders more than five bidders will be invited to go through to the tender stage. If less than five bidders pass all sections of the SPD only the bidders who pass all sections will be allowed to proceed to tender stage. If the Association consider there is insufficient acceptable bidders the procurement may be cancelled.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
The relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The relevant trade register in the UK is the Companies House Register - // or equivalent in other countries.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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
24 November 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 December 2025
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: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The contract will be awarded for a period of three years with the option to extend the contract on a yearly basis thereafter up to a maximum of two additional years. The earliest potential timescale for publication of a new Notice is therefore 2028.
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:
The successful contractor is required to provide a financial community benefit to the value of 2% of the annual sum (exclusive of VAT) invoiced to CHA and is payable at the end of each reporting year. CHA will add this to a community pot unless otherwise agreed with the contractor.
(SC Ref:813921)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff Court
Church Street
Dumbarton
G82 1QR
Country
United Kingdom
