Notice Information
Notice Title
Custom House/Carlton Place Multi-Disciplinary Design Services
Notice Description
Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde
Lot Information
Lot 1
Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales. The following areas are also included: Central Station Quay/Broomielaw Wharf Clyde Place Quay Tradeston Quay Additional information: Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028910
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000444-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71210000 - Advisory architectural services
71220000 - Architectural design services
71221000 - Architectural services for buildings
71222000 - Architectural services for outdoor areas
71240000 - Architectural, engineering and planning services
71530000 - Construction consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,427,000 £1M-£10M
Notice Dates
- Publication Date
- 11 Jan 20215 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- steven.chandler@glasgow.gov.uk
- Contact Phone
- +44 1412876907
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-028910-2021-01-11T09:48:03Z",
"date": "2021-01-11T09:48:03Z",
"ocid": "ocds-h6vhtk-028910",
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T. Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: - Collateral warranties may be required. This will be detailed at ITT stage. Freedom of Information Act -- Information on the FOI Act will be contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Bidders will be required to complete the FOI certificate at ITT stage. Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate at ITT stage. Bidders will be required to complete a Non Collusion certificate at ITT stage. NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the buyer's attachments area within the PCS Tender portal at ITT stage. Insurance Mandate - The successful bidder will be required to sign an Insurance Mandate, contained in the buyer's attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Once the Evaluation of ESPD has been completed, the recommended Bidder(s) will be expected to provide all documentation as specified in the ESPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days/as stipulated in the request for documentation. Failure to provide this information within the specified time may result in your bid being rejected. Additional information pertaining to this contract notice is contained in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T. Bidders must ensure they read this document in line with this contract notice. (SC Ref:639903)",
"initiationType": "tender",
"tender": {
"id": "GCC004353CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Custom House/Carlton Place Multi-Disciplinary Design Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde",
"lots": [
{
"id": "1",
"description": "Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales. The following areas are also included: Central Station Quay/Broomielaw Wharf Clyde Place Quay Tradeston Quay Additional information: Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Design Team Composition",
"type": "quality",
"description": "10"
},
{
"name": "Design Team Expertise",
"type": "quality",
"description": "10"
},
{
"name": "Design Collaboration, Innovation and Quality Assurance",
"type": "quality",
"description": "20"
},
{
"name": "Programme",
"type": "quality",
"description": "10"
},
{
"name": "Communication",
"type": "quality",
"description": "5"
},
{
"name": "Public & Stakeholder Engagement",
"type": "quality",
"description": "5"
},
{
"name": "Commercial Acumen",
"type": "quality",
"description": "5"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71210000",
"description": "Advisory architectural services"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71222000",
"description": "Architectural services for outdoor areas"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "City of Glasgow"
},
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so."
},
"awards": [
{
"id": "000444-2021-GCC004353CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-1034",
"name": "Hawkins Brown Design Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-203",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876907",
"email": "steven.chandler@glasgow.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1034",
"name": "Hawkins Brown Design Limited",
"identifier": {
"legalName": "Hawkins Brown Design Limited"
},
"address": {
"streetAddress": "159 St John Street",
"locality": "London",
"region": "UKM",
"postalCode": "EC1V 4QJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2073368030",
"email": "helenwylie@hawkinsbrown.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-1035",
"name": "Glasgow Sheriff Court and Justice of the Peace",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
}
}
],
"buyer": {
"id": "GB-FTS-203",
"name": "Glasgow City Council"
},
"contracts": [
{
"id": "000444-2021-GCC004353CPU-1",
"awardID": "000444-2021-GCC004353CPU-1",
"status": "active",
"value": {
"amount": 3427000,
"currency": "GBP"
},
"dateSigned": "2020-12-16T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:547406-2019:TEXT:EN:HTML"
}
],
"language": "en"
}