°ÅÀÖÊÓÆµ

Construction Tenders

09 November 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Oct 2025

Tender Details
Referenceocds-h6vhtk-05d78a
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value£300,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Oct 2025

Tender Details
Referenceocds-h6vhtk-05d78a
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

Clyde Valley Housing Association Limited

50 Scott Street

Motherwell

ML1 1PN

Email

cvha [at] cvha.org.uk

Telephone

+44 1698268855

Fax

+44 1698268855

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

I.4) Type of the contracting authority

Other type

Housing Association

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Servicing, Maintenance and Reactive Repairs of Existing Fire Detection and Alarm Systems, Emergency Lighting, Smoke Vents and Dry Risers within Common Areas

Reference number

CVG-ASS-25-01

II.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

II.1.3) Type of contract

Services

II.1.4) Short description

THREE YEAR CONTRACT FOR THE SERVICING, MAINTENANCE AND REACTIVE REPAIRS OF EXISTING FIRE DETECTION AND ALARM SYSTEMS, EMERGENCY LIGHTING SYSTEMS, SMOKE VENTILATION SYSTEMS AND DRY RISERS WITHIN COMMON AREAS THROUGHOUT NORTH LANARKSHIRE, SOUTH LANARKSHIRE, EAST DUNBARTONSHIRE AND GLASGOW

II.1.5) Estimated total value

Value excluding VAT: £300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

CVHA Head Office

50 Scott Street Motherwell ML1 1PN

II.2.4) Description of the procurement

2.1. To comply with health and safety requirements and British Standards, CVG wishes to employ a suitable contractor to provide an annual maintenance and servicing regime and 24 hour a day 365 days a year reactive repairs and maintenance service to existing fire safety assets within properties located throughout North Lanarkshire, South Lanarkshire, East Dunbartonshire and Glasgow to comply with cyclical appliance asset management.

The Contractor is expected to adhere to the following legislation

a) Fire (Scotland) Act 2005

b) The Fire Safety (Scotland) Regulations 2006

c) Technical Building Standard (Scotland)

d) Construction (Design & Management) Regulations 2015

e) Control of Asbestos Regulations 2012

f) Control of Substances Hazard to Health (COSHH) 2002

g) The Management of Health & Safety at Work Regulations 1999

h) Health & Safety at Work Act 1974

2.2. The Contract duration is three years (thirty-six months) from the commencement date of 19 January 2026 until 18 January 2029, and will primarily include maintenance, servicing and repairs, ensuring all properties are compliant with current and future regulations for the following:

II.2.5) Award criteria

Quality criterion - Name: Commercial / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £300,000

II.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

1 year + 1 year

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

- BAFE SP203-1 Design, Installation, Commission and Maintenance of Fire Detection and Fire Alarm Systems Scheme.

- BAFE DS301 Design, Installation, Commission and Maintenance of Grade D Fire Detection and Fire Alarm Systems in Domestic Premises.

- BAFE SP203-4 Design, Installation, Commission and Maintenance of Emergency Lighting Systems Scheme.

- BAFE SP105 Competency of Organisations for the Service and Maintenance of Dry and Wet Riser/Falling Installations Scheme.

- Sprinkler Systems Accreditation from approved body such as Loss Prevention Certificate Board (LPS 1301), Warrington Scheme (Firas), or IFC Certification Scheme (SDI 122).

- Member of Smoke Control Association (SCA) with accreditation from IF Certification Ltd (SDI 19 Scheme).

- Select or NICEIC Membership.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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

The Contractor is expected to adhere to the following legislation

a) Fire (Scotland) Act 2005

b) The Fire Safety (Scotland) Regulations 2006

c) Technical Building Standard (Scotland)

d) Construction (Design & Management) Regulations 2015

e) Control of Asbestos Regulations 2012

f) Control of Substances Hazard to Health (COSHH) 2002

g) The Management of Health & Safety at Work Regulations 1999

h) Health & Safety at Work Act 1974

III.2.2) Contract performance conditions

Refer to Appendix J- Key Performance Indicators and Monitoring

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

1 December 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 2 March 2026

IV.2.7) Conditions for opening of tenders

Date

1 December 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

A summary of the expected community benefits has been provided as follows:

Please refer to Appendix M – Community Benefits Statement.

(SC Ref:814068)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

CVHA

50 Scott Street

Motherwell

ML1 1PN

Email

lisa.hughes [at] cvha.org.uk

Country

United Kingdom