Tender

Multi-Discipline Design Team - Fire Safety Improvements to Mini-Multi Storey Flats, Maryhill

  • Maryhill Housing Association

F02: Contract notice

Notice identifier: 2025/S 000-020207

Procurement identifier (OCID): ocds-h6vhtk-051022

Published 9 May 2025, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

Maryhill Housing Association

45 Garrioch Road

Glasgow

G20 8RG

Contact

Matthew Abbott

Email

mhacontracts@brownandwallace.co.uk

Telephone

+44 1415528881

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.maryhill.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13362

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

https://www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multi-Discipline Design Team - Fire Safety Improvements to Mini-Multi Storey Flats, Maryhill

Reference number

3642

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

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

Glasgow

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality Questions as per ITT / SPD / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

12

This contract is subject to renewal

No

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


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

Selection criteria as stated in the procurement documents

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

three.2.2) Contract performance conditions

As stated in the procurement documents

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: No

four.2) Administrative information

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

Date

9 June 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

Tender must be valid until: 30 September 2025

four.2.7) Conditions for opening of tenders

Date

9 June 2025

Local time

1:00pm

Place

Glasgow


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=798053.

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.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798053

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherrif Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom