Award

Custom House/Carlton Place Multi-Disciplinary Design Services

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Award

11 Jan 2021 at 09:48

Summary of the contracting process

Glasgow City Council has completed its procurement process for the "Custom House/Carlton Place Multi-Disciplinary Design Services" tender, focusing on architectural, construction, and engineering services in relation to the regeneration of the City Centre along the River Clyde. This procurement, classified under the services category, followed a selective method and was recently awarded, with the successful contract amounting to £3,427,000. The procurement process involved key evaluations of the bidders' qualifications and adherence to safety and environmental standards, with dates for submission and requirements outlined in the "Invitation to Participate and Statements" document.

This tender presents significant growth opportunities for firms specialising in multi-disciplinary design, architectural, and engineering services. Companies with strong portfolios demonstrating expertise in urban regeneration and environmentally sustainable design would be particularly well-positioned to compete. The stringent evaluation criteria emphasise quality, design innovation, and effective stakeholder engagement, making this an attractive bidding opportunity for seasoned professionals in the construction and design sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

HAWKINS BROWN DESIGN

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}