Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southside Housing Association Ltd
135 Fifty Pitches Rd, Cardonald
Glasgow
G514EB
UK
Contact person: Liz Bowden
Telephone: +44 1414221112
E-mail: lbowden@southside-ha.co.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.southside-ha.org
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12222
I.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 the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
I.4) Type of the contracting authority
Other: 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
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:
286 996.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50312600
50312610
72222300
72223000
72267100
50312000
50312100
50312110
50312120
50312200
50312210
50312220
50312400
50312410
50312420
50320000
50321000
50322000
50324000
72514100
72514200
72514300
72590000
72600000
72610000
72611000
72700000
72820000
72900000
72910000
80533100
50334100
II.2.3) Place of performance
NUTS code:
UKM82
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
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
286 995.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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 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:
01/12/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/02/2026
IV.2.7) Conditions for opening of tenders
Date:
01/12/2025
Local time: 12:00
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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=814418.
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.
(SC Ref:814418)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=814418
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
UK
VI.5) Date of dispatch of this notice
31/10/2025