Section one: Contracting authority
one.1) Name and addresses
Rutherglen & Cambuslang Housing Association Ltd
Aspire Business Centre, 16 Farmeloan Road
Rutherglen
G73 1DL
Telephone
+44 1416474917
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17003
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Open Space Maintenance
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The service will consist of the Open Space Maintenance to all open space areas in accordance with the maintenance schedule (Priced Section)
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The service will consist of the Open Space Maintenance to all open space areas in accordance with the maintenance schedule (Priced Section) on behalf of The Association as part of their Cyclical Maintenance programme 2026/27 to 2029/30, generally to the RCHA properties in South Lanarkshire but may include a wider geographical area in future. The maintenance programme will be provided to ensure that all the annual Open Space Maintenance and Reactive Repair work to hard and soft landscaped areas belonging to the Association. A number of other adhoc items have been included that maybe required across the term of the contract.
The Association wishes to enter into Measured Term Contract (MTC) with a suitably qualified and experienced contractor in the provision of Open Space Maintenance Services as detailed in the specification in the Contract Documents.
The MTC for Open Space Maintenance Services will be for a 3-year period with the option to extend for 2 x single 1-year periods solely at the Associations discretion to a maximum of 5 years.
It should be noted that it will be a contractual requirement to ensure that contractors must provide itemised invoices per block address maintained. This must have the full breakdown of all items of works completed and itemised costs.
Please note that the contract will need to commence the first scheduled cuts WC 13 April 26.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
two.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 will be for a three (3) year period with the option to extend for multiple two (2) single one-year periods solely at the Clients discretion.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
See attached ITT for all details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All as detailed in the attached "ITT - SPD Price & Quality Criteria and Scoring Evaluation - OSM - Final"
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
All as detailed in the attached "ITT - SPD Price & Quality Criteria and Scoring Evaluation - OSM - Final"
three.2.2) Contract performance conditions
See attached KPIs and the CoC.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
16 March 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: All as detailed in the attached "ITT - SPD Price & Quality Criteria and Scoring Evaluation - OSM - Final"
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please ensure that you comprehensively read and understand all the documents in the tender pack.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=823648.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
See attached CB Clause for % contribution on MTC - (name of bidder) and the CoC.
(SC Ref:823648)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom