Construction Tenders

30 April 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type Contract

No. of Lots 1

Status Complete

Published 8th Apr 2025

Tender Details
Referenceocds-h6vhtk-04d436
Common Procurement VocabularyJoinery work
Procurement MethodOpen procedure
Value-
More Tenders »

No location provided

Category Works

Type Contract

No. of Lots 1

Status Complete

Published 8th Apr 2025

Tender Details
Referenceocds-h6vhtk-04d436
Common Procurement VocabularyJoinery work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

Contact

Brian Murphy

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

http://riverclydehomes.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

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

Void Property Reinstatement Works

Reference number

RCH629

II.1.2) Main CPV code

  • 45421000 - Joinery work

II.1.3) Type of contract

Works

II.1.4) Short description

River Clyde Homes are seeking to appoint a highly competent and experienced contractor to undertake the refurbishment of void properties, bring them back to a lettable standard.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,760,000

II.2) Description

II.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work
  • 45311000 - Electrical wiring and fitting work
  • 45451000 - Decoration work
  • 45410000 - Plastering work
  • 45260000 - Roof works and other special trade construction works
  • 45261320 - Guttering work
  • 45261300 - Flashing and guttering work

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Inverclyde

II.2.4) Description of the procurement

River Clyde Homes is seeking to appoint a highly competent and experienced contractor to undertake the reinstatement and refurbishment of void properties within Inverclyde.

Throughout the lifecycle of the contract, the successful company may be required to

turn around Void properties at a rate of circa 35 per month. The voids will be a mixture of standard and major voids. Only bidders who have the relevant resources and experience to complete this level of work should submit a bid.

The basis of payment for the Void works will be a % adjustment against the NHF Schedule of Rates Version 8 (attached as Appendix E). The works will be scoped up by RCH staff and issued to the contractor. Any on-site variations that arise following the initial scoping exercise require to be evidenced and agreed with RCH prior to any works being undertaken

Standard Voids will be required to be returned within 10 working days, with Major Voids being returned within 30 working days.

Major voids may include a new kitchen, a new bathroom, décor, extensive plaster works, plus external works (e.g. patch render, path works, gutters, fences). A kitchen specification is provided at Appendix F.

Payment for the works will be made on an incremental completion basis per each individual property (50% complete and then 100% complete). RCH will agree with the successful bidder what completion stage each property has achieved and only then will invoices be submitted and payment released. This will be further discussed and agreed with the successful company at a pre-start meeting.

Interested parties must first evidence to River Clyde Homes via the SPD that they have the requisite technical capacity, and experience to undertake works of this nature before they will be taken forward to the full tender evaluation.

II.2.5) Award criteria

Quality criterion - Name: Methodology & Approach / Weighting: 20.00%

Quality criterion - Name: Risk Mitigation / Weighting: 5.00%

Quality criterion - Name: Community Benefits / Weighting: 10.00%

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

Price - Weighting: 60%

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 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: 2025/S 000-001698


Section V. Award of contract

Contract No

RCH629

A contract/lot is awarded: Yes

V.2) Award of contract

V.2.1) Date of conclusion of the contract

19 March 2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

WrightKerr All Trades Limited

44 Strathmore Road, Glasgow

Glasgow

G22 7DW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

V.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,760,000


Section VI. Complementary information

VI.3) Additional information

Tender documents must be submitted electronically via the PCS electronic post-box. Any tender not submitted via the post-box will not be considered. Any questions in relation to the tender must be raised via the 'Question and Answer' function of the PCS website.

(SC Ref:795856)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

1 Nelson Street

Greenock

Telephone

+44 1475787073

Country

United Kingdom