Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Sep 2025
Reference | ocds-h6vhtk-05a092 |
Common Procurement Vocabulary | Architectural, engineering and surveying services |
Procurement Method | Open procedure |
Value | £500,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Sep 2025
Reference | ocds-h6vhtk-05a092 |
Common Procurement Vocabulary | Architectural, engineering and surveying services |
Procurement Method | Open procedure |
Value | £500,000 |
Section I: Contracting authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Contact
Craig Innes
comaciver [at] aberdeencity.gov.uk
Telephone
+44 1467539600
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
Buyer's address
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Single Building Assessment Services Rev01
II.1.2) Main CPV code
- 71250000 - Architectural, engineering and surveying services
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Council intends to employ an organisation to undertake Single Building Assessment of various 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 some of these blocks, the ownership of these blocks is shared between the Council and a number of private owners.
II.1.5) Estimated total value
Value excluding VAT: £500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.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
II.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
II.2.4) Description of the procurement
Aberdeen City Council intends to initially employ an organisation to undertake Single Building Assessment of 27 high-rise and mid-rise blocks with cladding 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.
The clustering, shown within the ITT, illustrates these 27 high-rise and mid-rise blocks with cladding, sub-divided by the nine different cladding contracts that were undertaken at various times, in different areas of the city, since 2001.
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):
1. Document reviews, property inspections and the technical findings reports for these 27 blocks, based on the procedures set out in the Scottish Government’s ‘’Single Building Assessment Specification Document’’, June 2024
2. Reports of the various options for early actions and longer-term actions so as to mitigate any short-falls that are found for each of these 27 blocks, relative to the ‘’Single Building Assessment Specification Document’’ , with an analysis of advantages and disadvantages and budget costs against each; and advice on risk, based on British Standards Institute’s risk definitions, described within ‘’PAS 79 Fire risk assessment, Guidance and a recommended methodology‘’;
3. 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.
4. 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 may be required to prepare concept design (to RIBA Stage 2) for any agreed works for each block, as a potential variation from the initial commission.
The appointed organisation may be required to assist in the presentation of the findings and recommendations that have been agreed with the Council to the residents, private owners and other stakeholders, as a potential future commission.
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. This is to include the employment of (i) high-level access contractor(s) and (ii) cladding opening-up (removal and reinstatement) sub-contractors. Company details of any Reliant Entities are to be provided as part of the SPD submission.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
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 [at] 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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
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 [at] 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.
Bidders shall as a minimum provide evidence of:
ï‚· They have experience of undertaking similar services
ï‚· Their responsible person is a Chartered Engineering Member of the Institution of Fire Engineers, or equivalent (if the lead bidder cannot evidence this,
this may by means of a Reliant Entity).
 Their responsible person has undertaken the Royal Institute of Chartered Surveyors’ Training: Fire Risk Appraisals of External Walls, or equivalent
ï‚· 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.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-807183
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 October 2025
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
24 October 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:811017)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Castle Street Aberdeen AB10 1WP
Aberdeen
Country
United Kingdom