Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th May 2025
Reference | ocds-h6vhtk-051022 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £200,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th May 2025
Reference | ocds-h6vhtk-051022 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £200,000 |
Section I: Contracting authority
I.1) Name and addresses
Maryhill Housing Association
45 Garrioch Road
Glasgow
G20 8RG
Contact
Matthew Abbott
mhacontracts [at] brownandwallace.co.uk
Telephone
+44 1415528881
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
I.4) Type of the contracting authority
Regional or local Agency/Office
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi-Discipline Design Team - Fire Safety Improvements to Mini-Multi Storey Flats, Maryhill
Reference number
3642
II.1.2) Main CPV code
- 71200000 - Architectural and related services
II.1.3) Type of contract
Services
II.1.4) Short description
Multi-discipline design team required comprising lead designer, Architect, Fire Safety Engineer and Structural Engineer. Works comprise fire safety improvements to 12nr blocks of mini-multi storey flats in Maryhill (7-storey high blocks). Works include replacement of insulation, fire stopping and investigation / remediation works to internal soil vent stacks.
II.1.5) Estimated total value
Value excluding VAT: £200,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71300000 - Engineering services
- 71312000 - Structural engineering consultancy services
- 44480000 - Miscellaneous fire-protection equipment
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
- 71317100 - Fire and explosion protection and control consultancy services
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
II.2.4) Description of the procurement
Multi-discipline design team required comprising lead designer, Architect, Fire Safety Engineer and Structural Engineer. Works comprise fire safety improvements to 12nr blocks of mini-multi storey flats in Maryhill (7-storey high blocks). Works include replacement of insulation, fire stopping and investigation / remediation works to internal soil vent stacks.
II.2.5) Award criteria
Quality criterion - Name: Quality Questions as per ITT / SPD / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
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
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
III.2.2) Contract performance conditions
As stated in the procurement documents
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: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 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: 30 September 2025
IV.2.7) Conditions for opening of tenders
Date
9 June 2025
Local time
1:00pm
Place
Glasgow
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The Contracting Authority will call off services on a design stage basis as detailed in the ITT documents.
The Contracting Authoirty may also call-off services on a block by block nature subject to, where applicable, owners consent.
The Contracting Authority reserves the right to award the contract in full, in part or not at all, without liability to any bidder or any other person.
The Contracting Authority does not guarantee any level of work arising from the contract award and any work progressed will be agreed on a staged basis, in accordance with the various service elements set out in the Pricing Schedule.
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:
As detailed in the procurement documents
(SC Ref:798053)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sherrif Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom