Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 3
Status Active
Published 1st May 2026
| Reference | ocds-h6vhtk-069065 |
| Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
| Procurement Method | Open procedure |
| Value | £3,678,000 |
Scotland
Category Services
Type Tender
No. of Lots 3
Status Active
Published 1st May 2026
| Reference | ocds-h6vhtk-069065 |
| Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
| Procurement Method | Open procedure |
| Value | £3,678,000 |
Section I: Contracting authority
I.1) Name and addresses
Langstane Housing Association
King Street
Aberdeen
AB241SL
claire.mceleny [at] langstane-ha.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
I.1) Name and addresses
Castlehill Housing Association
4 Carden Place
Aberdeen
AB10 1UT
matthew.macaulay [at] castlehillha.co.uk
Telephone
+44 1224625822
Country
United Kingdom
NUTS code
UKM5 - North Eastern Scotland
Internet address(es)
Main address
https://www.castlehillha.co.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12562
I.1) Name and addresses
Grampian Housing Association Ltd
Huntly House, 74 Huntly Street
ABERDEEN
AB10 1TD
info [at] grampianhousing.co.uk
Telephone
+44 1224202900
Country
United Kingdom
NUTS code
UKM5 - North Eastern Scotland
Internet address(es)
Main address
http://www.grampianhousing.co.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14462
I.1) Name and addresses
Angus Housing Association Ltd
93 High Street
Arbroath
DD11 1DP
contactus [at] angusha.org.uk
Telephone
+44 3451772244
Fax
+44 1241430355
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15743
I.1) Name and addresses
Albyn Housing Society Limited
98-104 High Street, Invergordon
Ross-shire
IV18 0DL
office [at] albynhousing.org.uk
Telephone
+44 01349855966
Fax
+44 1241430355
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18062
I.2) Information about joint procurement
The contract involves joint procurement
I.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
I.4) Type of the contracting authority
Other type
Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Professional Services Framework 2026 - 2030
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Langstane, Castlehill, Grampian, Angus and Albyn Housing Associations are collaboratively seeking to procure the services of construction professional consultancy services to assist with improvement, maintenance, refurbishment and development programmes. This is split into three lots being Architects, Quantity Surveyors and Structural Engineers. The Housing Associations operate across Aberdeen City, Aberdeenshire, Moray, Angus, Dundee and the Highlands.
II.1.5) Estimated total value
Value excluding VAT: £3,678,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Architect Services
Lot No
1
II.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
II.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
- UKM6 - Highlands and Islands
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen, Aberdeenshire, Moray, Angus, Dundee and the Highlands.
II.2.4) Description of the procurement
The Associations are collaboratively seeking to establish a framework of around 5-10 consultants on lots 1 and 2, and up to 5 on lot 3, to assist with their plans over the next 4 years. Projects will vary from improvements and refurbishments to conversions and new builds. It is important that consultants are familiar with the geography of the areas covered by this framework and have resources nearby for site visits.
II.2.5) Award criteria
Quality criterion - Name: Method Statement / Project Managemetn / Weighting: 15
Quality criterion - Name: Performance and Communications / Weighting: 10
Quality criterion - Name: Resources / Weighting: 15
Quality criterion - Name: CDM / Health and Safety / Weighting: 10
Price - Weighting: 50
II.2.6) Estimated value
Value excluding VAT: £1,282,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The Associations may have occasional requirements outwith the original scope of this framework.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Quantities and values are estimates only and there is no guarantee to any future business on the Framework.
II.2) Description
II.2.1) Title
Quantity Surveyors
Lot No
2
II.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
II.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
- UKM50 - Aberdeen City and Aberdeenshire
- UKM6 - Highlands and Islands
- UKM71 - Angus and Dundee City
Main site or place of performance
Aberdeen, Aberdeenshire, Moray, Dundee, Angus and the Highlands.
II.2.4) Description of the procurement
QS work is likely to relate to planned / cyclical maintenance programmes (kitchen & bathroom replacements, window replacements, heating upgrades, roof and render works etc) including preparation and issuing of tender documentation through PCS, or mini-competition, and assistance with administering works contracts. There will also be some New Build works through the framework.
II.2.5) Award criteria
Quality criterion - Name: Method Statement/ Project Management / Weighting: 15
Quality criterion - Name: Performance and Communications / Weighting: 10
Quality criterion - Name: Resources / Weighting: 15
Quality criterion - Name: CDM / Health and Safety / Weighting: 10
Price - Weighting: 50
II.2.6) Estimated value
Value excluding VAT: £2,060,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The Associations may have requirements that are outwith the original scope of this framework.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Quantities and values are estimates only. There is no guarantee of the volume or value of work on this Framework.
II.2) Description
II.2.1) Title
Structural Engineer Consultants
Lot No
3
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
Main site or place of performance
Aberdeen, Aberdeenshire, Moray, Dundee, Angus and the Highlands.
II.2.4) Description of the procurement
The Associations are collaboratively seeking to establish a framework of around 3-5 consultants to assist with their plans over the next 4 years.
II.2.5) Award criteria
Quality criterion - Name: Method Statement/ Project Management / Weighting: 15
Quality criterion - Name: Performance and Communications / Weighting: 10
Quality criterion - Name: Resources / Weighting: 15
Quality criterion - Name: CDM / Health & Safety / Weighting: 10
Price - Weighting: 50
II.2.6) Estimated value
Value excluding VAT: £336,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
There may be requirements outwith the original scope of this framework.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Values are estimates. There is no guarantee to the volume of work on this Framework.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must have the professional qualifications required for each lot they apply for.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Employer’s liability insurance GBP10m
Public liability insurance GBP10m
Professional indemnity insurance GBP5m
Note that for some higher value projects higher value insurance will be required, this will be advised at the time.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Evidence of Past Experience
Minimum level(s) of standards possibly required
Please provide 3 examples of past experience per lot applied for, from the last 5 years, that provide evidence of experience, relevant to the requirements outlined above.
The SPD states last 3 years, but the Housing Associations are happy to extend this to 5 years
A mix of new build and improvement works/refurbishment/ reconfiguration works would be preferred.
Working in the geographical areas and evidencing the unique challenges this brings would be preferred.
III.2) Conditions related to the contract
III.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
All professionals involved in this framework must hold the appropriate professional qualifications.
III.2.2) Contract performance conditions
Key Performance Indicators will be included in this contract.
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
Envisaged maximum number of participants to the framework agreement: 25
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 June 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
8 June 2026
Local time
12:00pm
Place
Online
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Community Benefits apply to this contract.
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=830537.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
To be determined as part of Contract Management during the life of the contract, in proportion to the amount of work received from the framework.
(SC Ref:830537)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=830537
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom
