Section one: Contracting authority
one.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Telephone
+44 1467539600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeencity.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
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
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Single Building Assessment Services
Reference number
CRN00041487
two.1.2) Main CPV code
- 71250000 - Architectural, engineering and surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeen City Council intends to employ an organisation to undertake Single Building Assessment of 22 over-clad, high-rise
blocks in Aberdeen. These assessments are to conform to the requirements of the Scottish Government’s ‘’Single Building Assessment
Specification Document’’, June 2024. For 20 of these blocks the ownership of these blocks is shared between the Council and a number of private owners.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 71317100 - Fire and explosion protection and control consultancy services
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City
two.2.4) Description of the procurement
The clustering, shown below, illustrates these 22 over-clad, high-rise blocks, sub-divided by the seven different over-cladding contracts
that were undertaken at various times, in different areas of the city, since 2001:
Cluster1
- LORD HAY'S COURT
Cluster 2
- BALGOWNIE COURT
- INVERDON COURT
- ST NINIAN COURT
Cluster 3
- BRIMMOND COURT
- GRAMPIAN COURT
- MORVEN COURT
Cluster 4
- CAIRNCRY COURT
- CORNHILL COURT
- ROSEHILL COURT
- STOCKETHILL COURT
Cluster 5
- LINKSFIELD COURT
- PROMENADE COURT
- REGENT COURT
Cluster 6
- AULTON COURT
- BAYVIEW COURT
- BEACHVIEW COURT
- NORTH SEA COURT
Cluster 7
- WALLACE HOUSE
- BRUCE HOUSE
- DAVIDSON HOUSE
- ROSE HOUSE
The appointed organisation will be required to take into account all aspects of: the Scottish Government’s ‘’Practical Fire Safety Guidance
For Existing High Rise Domestic Buildings’’ February 2022; the Scottish Government’s ‘’Practical Fire Safety Guidance for existing
Specialised Housing and similar premises’’, February 2022; the ‘’Grenfell Tower Inquiry: Phase 2 Report’’; currently implemented Fire
risk mitigations measures; and current Scottish Fire and Rescue Services procedures when considering what findings and recommendations
are to reported.
It is envisaged that the Appointment will be split into four Stages (NB Bidders are advised that the Council may choose to end this
Appointment upon completion of any of these Stages):
Document reviews, inspections and the technical findings reports for the 22 high rise blocks, based on the procedures set out in the Scottish
Government’s ‘’Single Building Assessment Specification Document’’, June 2024
Reports of the various options for mitigating any short-falls that are found for each of the 22 high rise blocks, relative to the ‘’Single
Building Assessment Specification Document’’ , with an analysis of advantages and disadvantages and budget costs against each;
Reports providing action plan advice, with regard to: any proposed measures; priority order in relation to this group of blocks; priority
order in relation to individual blocks; advice on risk, based on British Standards Institute’s risk definitions, described within ‘’PAS 79 Fire
risk assessment, Guidance and a recommended methodology‘’. Reports providing recommended future Fire Strategies for each block.
The appointed organisation may be required to provide additional advice or services. Such as preparing concept design (to RIBA Stage 2)
for any agreed works for each block and assisting in the presentation of the findings and recommendations that have been agreed with the
Council to the residents, private owners and other stakeholders.
These reports are to be presented as a sequence of drafts, until the findings and recommendations are agreed with the Council, upon which
they are to be issued as ‘’Final’’.
The appointed organisation is to employ those sub-contractors and suppliers that are required to provide a one-stop, solution to the full
performance of all the duties and objectives of this procurement. Company details of any Reliant Entities are to be provided as part of the SPD submission.
two.2.5) Award criteria
Quality criterion - Name: Quality Score (as detailed in the ITT) / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 January 2026
End date
29 December 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Bidders are required to confirm that they (i) have already obtained; or (ii) can commit to obtaining, prior to the commencement of the contract, entry on the Scottish Government Authorised Single Building Assessment (SBA) Providers list. Organisations on the authorised list have provided assurance that their SBA Assessment and Reporting team can satisfy the criteria set out in Section 2.8 of the Cladding Remediation Programme: Single Building Assessment specification. Please contact claddingremediationopencall@gov.scot for additional information. Please note the contract cannot be awarded if the potential supplier has not successfully achieved a place on the authorised list.
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
Bidders are required to confirm that they (i) have already obtained; or (ii) can commit to obtaining, prior to the commencement of the contract, entry on the Scottish Government Authorised Single Building Assessment (SBA) Providers list. Organisations on the authorised list have provided assurance that their SBA Assessment and Reporting team can satisfy the criteria set out in Section 2.8 of the Cladding Remediation Programme: Single Building Assessment specification. Please contact claddingremediationopencall@gov.scot for additional information. Please note the contract cannot be awarded if the potential supplier has not successfully achieved a place on the authorised list.
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-807183
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 October 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 October 2025
Local time
12:00pm
Place
PCS
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
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=810207.
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:810207)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=810207
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Castle Street Aberdeen AB10 1WP
Aberdeen
Country
United Kingdom