Section one: Contracting authority
one.1) Name and addresses
Southside Housing Association Ltd
135 Fifty Pitches Rd, Cardonald
Glasgow
G514EB
Contact
Pauline Fletcher
Telephone
+44 1414221112
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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