Tender

Two Year Contract for Bulk Uplifts

  • Southside Housing Association Ltd

F02: Contract notice

Notice identifier: 2025/S 000-053175

Procurement identifier (OCID): ocds-h6vhtk-05923d

Published 2 September 2025, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Southside Housing Association Ltd

135 Fifty Pitches Rd, Cardonald

Glasgow

G514EB

Contact

Pauline Fletcher

Email

pfletcher@southside-ha.co.uk

Telephone

+44 1414221112

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.southside-ha.org

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12222

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Two Year Contract for Bulk Uplifts

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract applies to gardens, backcourts and public spaces of tenement flats, modern flats and multi-storey flats along with car parks, private roads, private footpaths and bin lanes belonging to Southside Housing Association within the areas of Pollokshields, Mount Florida, Cathcart, Shawlands, Strathbungo, Ibrox, Kinning Park, Crosshill, Cardonald, Halfway, Penilee, Strathbungo, Pollokshaws and Shawlands. , Glasgow. (refer tender Document 1). The Contract term will be for an initial 2 year period with optional annual 1+1+1 12 month extensions up to a maximum contract duration of five years overall.

The bulk uplift services will be provided seven days a week during normal working hours 52 weeks of the year. The Contractor will be required to complete each Bulk Uplift order (disposing to a Glasgow City Council recycling centre) within 10 calendar days of notification by Southside Housing Association or the date that the Contractor identifies the requirement for a bulk uplift during their weekly drive around of Southside Housing Association’s estates. It is anticipated that orders for bulk uplifts will be issued by Southside Housing Association Monday-Friday during the Contract and Southside Housing Association will not issue orders to the Contractor on a Saturday or Sunday. However, the Contractor will be permitted to undertake the bulk uplift service during normal working hours seven days per week. Although Southside Housing Association require each order for a bulk uplift to be completed within 10 calendar days, the Contractor will be responsible for managing their resources, including public or other holidays of the operatives engaged during the Contract, to ensure each order is completed within the 10 calendar day period.

The Bulk Uplift service is currently delivered by the Estates Team of Southside Housing Association and will cease after 31st October 2025 when the Contractor successful in bidding for this opportunity commences the Contract. Southside Housing Association do not envisage that any of their Estate Team employees currently providing the service will transfer employment to the Contractor successful in bidding for this opportunity and tender costs must be submitted on this basis that TUPE will not apply to the existing workforce.

Detailed information on the requirements of Southside Housing Association for the Contract have been provided within Tender Document 2 (Activity Schedule) and Tender Document 3 (Form of Tender and Schedule of Works).

The anticipated cost per annum of the contract, excluding VAT, is 50000 to 60000 GBP. Bidders are advised that this opportunity represents a different approach to delivering the bulk uplift service to customers of Southside Housing Association. The anticipated value included within this notice is an estimate, as the bulk uplift services sought by this notice represents a new approach to delivering the service to our customers.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511300 - Litter collection services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90513100 - Household-refuse disposal services
  • 90513200 - Urban solid-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Glasgow, Scotland

two.2.4) Description of the procurement

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulation 2015

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

May take up option of twelve month extensions up to a maximum of three further years (2027-2030) at an estimated value 50000 to 60000

GBP (excluding VAT) per annum.

two.2.10) Information about variants

Variants will be accepted: No

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

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.

SPD Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum 'general' yearly turnover of 120000 GBP for the last two years or have an average yearly turnover of a minimum of 120000 GBP for the last two years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:

Employer's (Compulsory) Liability Insurance - 5,000,000 GBP

Public Liability Insurance - 5,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Question 4C.1.2 - Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.1.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Question 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Questions 4C8.1 and 4C8.2 - Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be required to confirm their and the number of managerial staff for the last three years.

Question 4C.9 - Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.1.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Tender Document 4 'Key Performance Indicators' attached to this Notice.

Where performance falls below the minimum acceptable level during the Contract, the Contractor will be required to produce a Remedial

Plan for the approval of Southside Housing Association.

Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may lead to the termination of the Contractor

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

2 October 2025

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

Tender must be valid until: 29 December 2025

four.2.7) Conditions for opening of tenders

Date

2 October 2025

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: 2027 at the earliest if the optional 12 month extensions are not applied

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

SPD, Part IV Section C 'Technical and Professional Ability' will be scored on a pass orfail basis using the following scoring methodology;

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question will be disqualified.

1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.

5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent a Pass whereas a score of 1 or lower will represent a Fail.

Southside Housing Association will disregard, and not evaluate the remainder of a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C

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=808764.

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.

(SC Ref:808764)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=808764

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Glasgow

Country

United Kingdom