Tender

Framework for Consultant Services for Refurbishment & New Build Works 2026 – 2028 (with 2 x 12-month extension options)

  • Linthouse Housing Association

F02: Contract notice

Notice identifier: 2025/S 000-076066

Procurement identifier (OCID): ocds-h6vhtk-05e65d

Published 21 November 2025, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Linthouse Housing Association

1 Cressy Street, Linthouse

Glasgow

G51 4RB

Email

info@linthouseha.com

Telephone

+44 1414454418

Fax

+44 1414458421

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.linthouseha.com/

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