Section one: Contracting authority
one.1) Name and addresses
Linthouse Housing Association
1 Cressy Street, Linthouse
Glasgow
G51 4RB
Telephone
+44 1414454418
Fax
+44 1414458421
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15842
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
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Framework for Consultant Services for Refurbishment & New Build Works 2026 – 2028 (with 2 x 12-month extension options)
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework for Consultant Services for Refurbishment & New Build Works 2026 – 2028 (with 2 x 12-month extension options)
Lot 1 - Development Consultant Led Multi Discipline (New Build projects)
Lot 2 - Quantity Surveyor & Principal Designer (R&M, Cyclical & Capital projects)
Lot 3 - Structural Engineer (R&M, Cyclical & Capital projects)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Development Consultant Led Multi Discipline (New Build projects)
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 73220000 - Development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Development Consultant Led Multi Discipline (New Build projects) the DC brings the below listed disciplines, the contract agreement is between LHA and the DC.
Development Consultant (inc Employer Agent)
Architect
Quantity Surveyor
Structural Engineer
M&E Engineer
Landscape Architect
Clerk of Works
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As required for Large Scale modernisation projects.
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
See attached ITT
two.2) Description
two.2.1) Title
Lot 2 - Quantity Surveyor & Principal Designer (R&M, Cyclical & Capital Projects)
Lot No
2
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Quantity Surveyor & Principal Designer (R&M, Cyclical & Capital Projects)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As required in connection with service-related requirements.
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
See attached ITT
two.2) Description
two.2.1) Title
Lot 3 - Structural Engineer (R&M, Cyclical & Capital projects)
Lot No
3
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Structural Engineer (R&M, Cyclical & Capital projects)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As required in connection with service-related requirements.
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
See attached ITT
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
See attached ITT
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
See attached ITT
three.2.2) Contract performance conditions
See attached KPIs
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 December 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 December 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: See attached ITT
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
Please ensure that you read and comprehensively understand the attached ITT. Please ensure that you complete and return all documentation and supporting evidence.
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=816557.
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:
It is a contractual requirement to comply with the CBs set for this contract. See attached 'CB Clause for % contribution on Framework' that must be completed and returned with your submission.
(SC Ref:816557)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom