Tender

Tollcross Housing Association Ltd. Open Space Maintenance Contract 2026-2029

  • Tollcross Housing Association Ltd.

F02: Contract notice

Notice identifier: 2025/S 000-073311

Procurement identifier (OCID): ocds-h6vhtk-05dfe7

Published 12 November 2025, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

Tollcross Housing Association Ltd.

868 Tollcross Road

Glasgow

G32 8PF

Email

joe.wilson@tollcross-ha.org.uk

Telephone

+44 1417631317

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.tollcross-ha.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from another address:

Ewing Somerville Partnership (Scotland) Ltd.

EWING SOMERVILLE PARTNERSHIP LTD

Glasgow

G4 9TH

Email

info@ewing-somerville.com

Telephone

+44 1413533531

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ewing-somerville.co.uk

Tenders or requests to participate must be submitted electronically via

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

Tollcross Housing Association Ltd. Open Space Maintenance Contract 2026-2029

Reference number

ESP: 4940

two.1.2) Main CPV code

  • 71421000 - Landscape gardening services

two.1.3) Type of contract

Services

two.1.4) Short description

Tollcross Housing Association Ltd. intends to enter into a contract with a single Main Contractor who will undertake all Open Space Maintenance to various locations in the Tollcross area of Glasgow.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Tollcross

two.2.4) Description of the procurement

The works will comprise the upkeep and regular maintenance of communal open and restricted areas of hard and soft landscaping and the upkeep of tenants gardens in accordance with the Specification. Ad hoc repair works will also be included to both hard and soft landscaping throughout the duration of the contract as instructed by the Association which will include, for example, replacement planting of shrubs and trees, renewal of slabbing and fencing, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 duration is three years with an option to extend the contract for any further variable periods up to a maximum of two years. Extension of the contract will be subject to satisfactory quarterly reviews of the contractor's performance by the Association.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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


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

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 -

://www.gov.uk/government/organisations/companies-house or equivalent in other countries

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

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

Restricted 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

12 December 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 January 2026

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 3 and 5 years from this procurement, dependent on extension options being taken up.

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

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=814941.

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:

Details of community benefits will be provided at Stage 2 of the procurement.

(SC Ref:814941)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=814941

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom