Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 18th Mar 2026
| Reference | ocds-h6vhtk-0315ae |
| Common Procurement Vocabulary | Asbestos removal services |
| Procurement Method | Open procedure |
| Value | - |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 18th Mar 2026
| Reference | ocds-h6vhtk-0315ae |
| Common Procurement Vocabulary | Asbestos removal services |
| Procurement Method | Open procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
River Clyde Homes
Clyde View, 22 Pottery Street
Greenock
PA15 2UZ
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
