Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Oct 2025
| Reference | ocds-h6vhtk-05d7eb |
| Common Procurement Vocabulary | Maintenance and repair of computer equipment |
| Procurement Method | Open procedure |
| Value | £286,996 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Oct 2025
| Reference | ocds-h6vhtk-05d7eb |
| Common Procurement Vocabulary | Maintenance and repair of computer equipment |
| Procurement Method | Open procedure |
| Value | £286,996 |
Section I: Contracting authority
I.1) Name and addresses
Southside Housing Association Ltd
135 Fifty Pitches Rd, Cardonald
Glasgow
G514EB
Contact
Liz Bowden
lbowden [at] southside-ha.co.uk
Telephone
+44 1414221112
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
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
Registered Social Landlord
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Three Year ICT Managed Service Contract 2026-2029
II.1.2) Main CPV code
- 50312000 - Maintenance and repair of computer equipment
II.1.3) Type of contract
Services
II.1.4) Short description
The contract will be for the provision of Southside Housing Association’s Managed ICT Service. This includes our main office at 135 Fifty Pitches Road, Glasgow; our subsidiary office at 435 Shields Road, Glasgow and our mobile working staff who use tablets and phones while out in our estates and in residents’ homes. You will work in partnership with the small IT Team to ensure the annual cycle of ICT support and management, installation and administration of Microsoft and Windows Licences, hosting of 21 servers and management of 3CX phone system. The Association owns its ICT infrastructure and hardware. It leases servers from our current IT Managed Service provider. It leases telecommunication lines and, in some instances, uses the servers hosted by software database providers. A scope of works is listed in Document B. A brief outline of Southside’s infrastructure is in Document C.
The commencement date of the contract is 1st February 2026. The contract will be for 3 years from the commencement date with the option to extend the contract by two further years in 1 + 1 year (12 month) increments, agreeable to both parties.
II.1.5) Estimated total value
Value excluding VAT: £286,996
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50312600 - Maintenance and repair of information technology equipment
- 50312610 - Maintenance of information technology equipment
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72267100 - Maintenance of information technology software
- 50312000 - Maintenance and repair of computer equipment
- 50312100 - Maintenance and repair of mainframe computers
- 50312110 - Maintenance of mainframe computers
- 50312120 - Repair of mainframe computers
- 50312200 - Maintenance and repair of minicomputers
- 50312210 - Maintenance of minicomputers
- 50312220 - Repair of minicomputers
- 50312400 - Maintenance and repair of microcomputers
- 50312410 - Maintenance of microcomputers
- 50312420 - Repair of microcomputers
- 50320000 - Repair and maintenance services of personal computers
- 50321000 - Repair services of personal computers
- 50322000 - Maintenance services of personal computers
- 50324000 - Support services of personal computers
- 72514100 - Facilities management services involving computer operation
- 72514200 - Facilities management services for computer systems development
- 72514300 - Facilities management services for computer systems maintenance
- 72590000 - Computer-related professional services
- 72600000 - Computer support and consultancy services
- 72610000 - Computer support services
- 72611000 - Technical computer support services
- 72700000 - Computer network services
- 72820000 - Computer testing services
- 72900000 - Computer back-up and catalogue conversion services
- 72910000 - Computer back-up services
- 80533100 - Computer training services
- 50334100 - Repair and maintenance services of line telephony equipment
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Cardonald and Pollokshields, Glasgow
II.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulation 2015
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £286,995
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
May take up option of twelve month extensions up to a maximum of two further years (2029-2031) at an estimated value 57399 GBP
(excluding VAT) per annum.
The annual anticipated cost per annum excluding VAT is 57399 GBP
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
II.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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 114798 GBP for the last two years or have an average yearly
turnover of a minimum of 114798 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 - 5000000 GBP
Professional Risk Indemnity Insurance - 5000000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
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
III.2) Conditions related to the contract
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: 27 February 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: Yes
Estimated timing for further notices to be published: 2028 at the earliest if the optional 12 month extensions are not applied
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
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 .
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.
(SC Ref:814418)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
Country
United Kingdom
