黑料社

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 18th Mar 2026

Tender Details
Referenceocds-h6vhtk-0315ae
Common Procurement VocabularyAsbestos removal services
Procurement MethodOpen procedure
Value-
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 18th Mar 2026

Tender Details
Referenceocds-h6vhtk-0315ae
Common Procurement VocabularyAsbestos removal services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

Email

procurement [at] riverclydehomes.org.uk

Telephone

+44 8000132196

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

Buyer's address

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Asbestos Surveying, Sampling & Analytical Services

Reference number

RCH673

II.1.2) Main CPV code

  • 90650000 - Asbestos removal services

II.1.3) Type of contract

Services

II.1.4) Short description

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71355000 - Surveying services
  • 79311300 - Survey analysis services

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

II.2.4) Description of the procurement

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.

All work must be carried out in accordance with the approved codes of practice Associated with the Control of Asbestos Regulations 2012 together with the provisions of the Health and Safety at Work Act (1974) and all other relevant

legislation.

Bidders should be aware that RCH are also in the process of procuring an Asbestos Removal contract. As the HSE strongly recommend that these two distinct services are carried out by separate companies, the same company will not be awarded both contracts. So, should a company bid for both contracts, and become the preferred bidder for both, they will be given the choice as to which contract they want to undertake. The second placed bidder will be awarded the remaining contract.

II.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 45.00%

Quality criterion - Name: Community Benefits / Weighting: 5.00%

Quality criterion - Name: Fair Work First / Weighting: 5.00%

Quality criterion - Name: Method Statements / Weighting: 15.00%

Quality criterion - Name: Data Protection Checklist / Weighting: Pass/Fail

Price - Weighting: 30.00%

II.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

RCH may elect to extend any resultant agreement for up to a period of 2, 12 month periods, subject to the agreement of the successful bidder.

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.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.2) Contract performance conditions

Key Performance Indicators are detailed within the tender document.

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-003859

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

Date

17 April 2026

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

17 April 2026

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: March 2030

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

Tender responses must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the Post Box will not be considered. Any queries relating to the contract must be raised via the 'Question & Answer' function of the PCS website.

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:

Bidders are required to set out what community benefits they will bring to the Inverclyde area in the event of a successful bid. Responses may address targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives, community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme.

(SC Ref:826941)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court

1 Nelson St

Greenock

Country

United Kingdom