Tender

Molendinar Park HA Financial Services 2025

  • Molendinar Park Housing Association

F02: Contract notice

Notice identifier: 2025/S 000-010759

Procurement identifier (OCID): ocds-h6vhtk-04f794 (view related notices)

Published 21 March 2025, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Molendinar Park Housing Association

3 Graham Square

Glasgow

G31 1AD

Email

admin@molendinar.org.uk

Telephone

+44 1412861735

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.molendinar.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15182

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Molendinar Park HA Financial Services 2025

Reference number

6409

two.1.2) Main CPV code

  • 66171000 - Financial consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Candidate will be responsible for the services to be undertaken comprising the provision of Financial Services for the Employer as detailed in the Description of Services & Requirements (refer Schedule 2) in the Tender Document.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow G31

two.2.4) Description of the procurement

The tender documents evaluated will comprise the SPD, your quality score for the TQQ; and the Contract Sum stated on the Form of Tender.

The submitted SPD will be assessed as a pass or fail to identify consultants who meet the criteria. Only those consultants who achieve an SPD pass will have their tender quality and cost considered/ evaluated

The criteria for scoring will be to reach a total percentage score as follows:

Price (tender- contract sum)- deducting 1% from 100 for every percentage point each tender rate is in excess of the lowest tender rate, prior to weighting.

Quality- out of 100 for your TQQ submission, ranked in relation to the other candidates.

The candidates will be scored relative to each other (best answer scoring highest), based on the Employer’s individual aspirations/ requirements and the information provided by the candidate(s).

two.2.5) Award criteria

Quality criterion - Name: TQQ Quality / Weighting: 80

Price - Weighting: 20

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 May 2025

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

The initial contract period will be on or after 1st May 2025 to 30th April 2028, with options to extend the contract solely at the Employer’s discretion on an annual basis thereafter to 30th April 2032.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Refer to Instructions to Consultants in the Tender Document at page 3


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Refer Tender document

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Financial Services Agents

three.2.2) Contract performance conditions

Refer Tender Document

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

22 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

22 April 2025

Local time

2:00pm

Place

3 Graham Square, Glasgow G31 1AD and on line

Information about authorised persons and opening procedure

Committee and/ or MPHA staff in accordance with HA tendering procedures


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Refer to Instructions to Consultants in the Tender Document at page 3

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=794084.

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:794084)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=794084

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Email

glasgow@scotcourts.gov.uk

Telephone

+441 414298888

Country

United Kingdom

Internet address

www.scotcourts.gov.uk