Section one: Contracting authority
one.1) Name and addresses
Milnbank Housing Association
53 Ballindalloch Drive
Glasgow
G31 3DQ
Contact
Mark Smith
Telephone
+44 1415518131
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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 another address:
A.D.A Construction Consultants
Pavilion 3, St James Business Park, Linwood Road
Paisley
PA3 3BB
Contact
Alan Shanks
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
https://www.publiccontractsscotland.gov.uk
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
Milnbank Housing Association - Two Year Gas Servicing and Legionnaires Disease Risk Assessment Contract
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract primarily involves Gas Servicing throughout tenant occupied properties within the Dennistoun and Haghill areas of Glasgow. The Contract will also include Legionnaires Disease Risk Assessment’s which will be undertaken to all properties at the same time as each annual gas service.
The Legionnaires Disease Risk Assessments will exclude an inspection of water storage tanks and bidders are advised that Milnbank Housing Association have bypassed all common water storage tanks to flats within ownership of Milnbank Housing Association, which are all connected to a mains fed water supply.
Bidders are further advised that they will not be required to enter loft spaces (including loft spaces above common close areas) during the contract as Milnbank Housing Association currently have a specialist Contractor who undertakes inspection’s of common water storage tanks to mixed tenure or fully factored blocks. It is also envisaged that any repair or follow up work’s identified by the Contractor’s Legionnaires Disease Risk Assessment’s undertaken during this contract will be carried out by Milnbank Housing Association’s existing specialist Contractor and not the Contractor that is successful in bidding for this opportunity.
The Contract duration is two years (twenty-four months) from the commencement date of 1st April 2026 until 31st March 2028, and will primarily include an annual gas service and reactive maintenance (including parts) and Legionnaires Disease Risk Assessment’s to each property, the recording, testing and service to existing smoke, heat and CO detectors. The proposed works may also include the variation unquantified Modelcodes described within Tender Documents 2 (Pricing Matrix) and 6 (Activity Schedule).
Subject to satisfactory performance of the Contractor, which will be assessed through measurement of the Key Performance Indicator’s (Refer Tender Document 8) it is intended that the Contract will be further extended annually in twelve months increments up to a maximum of three years and an overall maximum contract period of five years.
two.1.5) Estimated total value
Value excluding VAT: £1,005,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
- 50531200 - Gas appliance maintenance services
- 50531100 - Repair and maintenance services of boilers
- 50531000 - Repair and maintenance services for non-electrical machinery
- 44621000 - Radiators and boilers
- 44621200 - Boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 71313410 - Risk or hazard assessment for construction
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, United Kingdom
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,005,000
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 (2028-2031) at an estimated value 201000 GBP
(excluding VAT) per annum.
The annual anticipated cost per annum excluding VAT is 201000 GBP
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Gas Safe Register
NICEIC or SELECT Electrical Contractors Association of Scotland
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 402,000 GBP for the last two years or have an average yearly turnover of a minimum of 402,000 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 of Gas Servicing and also two examples of providing Legionnaires Disease Risk Assessments that are similar to the requirements of Milnbank Housing Association and demonstrate that they have the relevant experience to deliver the services/supplies as described in part I.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 I.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 8 'Key Performance Indicators' attached to this Contract 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 Milnbank 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
14 January 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
Tender must be valid until: 14 April 2026
four.2.7) Conditions for opening of tenders
Date
14 January 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: 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 or
fail 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.
Milnbank 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=817161.
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:
Please refer Tender Document 9 'Community Benefits'
(SC Ref:817161)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=817161
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
Country
United Kingdom