Award

Consultancy Services for Avenues Plus Project - Block S

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

22 Nov 2021 at 16:45

Tender

06 May 2021 at 08:54

Summary of the contracting process

Glasgow City Council is currently conducting a public procurement for Consultancy Services for the Avenues Plus Project – Block S, which falls under the infrastructure works consultancy services category. The procurement method selected for this tender is a restricted procedure, currently in the active planning stage. The project is located in the City of Glasgow, with key dates including a tender submission deadline of 7th June 2021 and an intended invitation to tender date set for 6th July 2021. The total budget for this contract is £885,190, covering RIBA stages 1 to 4 of the project which aims to enhance urban avenues.

This contracting opportunity presents significant potential for businesses specialising in civil engineering, highways, and project management consultancy services to expand their market presence. Companies that offer expertise in sustainable transport solutions, stakeholder engagement, and project management are particularly well-suited to participate in this tender. The engagement in this project not only supports the growth of involved firms but also contributes to the broader community by addressing urban infrastructure needs and enhancing public spaces.

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

Consultancy Services for Avenues Plus Project - Block S

Notice Description

Glasgow City Council (the Council) is seeking to appoint a suitably qualified Lead Consultant to act as Principal Designer and head a multi-disciplinary team - comprising expertise in a number of professional services to undertake, in accordance with RIBA stages 1 to 4, the preparation and brief, concept design, developed design and technical design including ongoing design input during the construction period for the Avenues Plus project known as Block S.

Lot Information

Lot 1

This Invitation to Participate relates to Block S. The Lead consultant will have a varying involvement on the delivery of RIBA Stages 0 to 7 for the following Avenues: 1) Duke Street (from High Street to Bellgrove St) and John Knox Street (from Castle St to Duke St) 2) Dobbie's Loan (from North Hanover St to Canal St) 3) South Portland Street (from Carlton Place to Norfolk St) 4) Cowcaddens Road (from Cambridge St to North Hannover St) Set out below are the various RIBA stages which provides clarity regarding which party has primary responsibility for delivery of each. Note that although Stage 3 and Stage 4 for Cowcaddens Rd, Dobbie's Loan and South Portland St. will be delivered internally by a Glasgow City Council designer the appointed Lead Consultant may be called upon for design input. This is also true of the Construction phase for all four locations. Any input required of the appointed Lead Consultant during the Glasgow City Council designer led stages of the project will be charged at the submitted hourly rates provided in the Activity Schedule and within the relevant section of Contract Data Part Two. The following RIBA stages will be the responsibility of the appointed Lead Consultant: Duke St & John St - RIBA stages 0-4 Cowcaddens Rd - RIBA Stages 0-2 Dobbie's Loan - RIBA Stages 0-2 South Portland St - RIBA Stages 0-2 The following RIBA stages will be the responsibility of an internal Glasgow City Council designer: Duke St & John St - RIBA stages 5-7 Cowcaddens Rd - RIBA Stages 3-7 Dobbie's Loan - RIBA Stages 3-7 South Portland St - RIBA Stages 3-7 The programme of works for the Avenues Plus project is based on RIBA stages and will be in place from November 2021 up to April 2026. Whilst the Avenues Plus project is not funded directly by City Deal, it will be delivered and managed as part of the wider EIIPR Avenues Programme. In addition to the delivery of the four avenue locations mentioned above, there is a further component to the Avenues Plus project related to in-depth community engagement and behaviour change activities. An external community consultant will be appointed to deliver on the implementation of the Community Engagement and Behaviour Change activities. The outputs from this process will feed into the design, where possible and appropriate. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02adb6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029076-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71311210 - Highways consultancy services

71311300 - Infrastructure works consultancy services

71530000 - Construction consultancy services

72224000 - Project management consultancy services

79415200 - Design consultancy services

Notice Value(s)

Tender Value
£885,190 £500K-£1M
Lots Value
£885,190 £500K-£1M
Awards Value
Not specified
Contracts Value
£798,063 £500K-£1M

Notice Dates

Publication Date
22 Nov 20214 years ago
Submission Deadline
7 Jun 2021Expired
Future Notice Date
Not specified
Award Date
19 Nov 20214 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
Steve Chandler
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

IRONSIDE FARRAR

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-02adb6-2021-11-22T16:45:03Z",
    "date": "2021-11-22T16:45:03Z",
    "ocid": "ocds-h6vhtk-02adb6",
    "description": "At the SPD stage: 1) Health & Safety -- the H&S Questionnaire is in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their SPD submission. Responses to the H&S Questionnaire will be evaluated as pass/fail. 2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 & 4D2.2: bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD Statements document. Evidence will be requested at the Request for Document stage of the evaluation (see item 10 below) and will be requested only of the preferred bidder. The submission of this evidence is mandatory and will be evaluated as a pass/fail. 3) Applicants who do not comply with the financial requirements as stated in the Invitation to Participate document but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated. A Parent Company Guarantee form is included in the attachments area of PCS-T should this be required. 4) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the Invitation to Participate document. Applicants 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 contained in the attachments area within the PCS-T portal (NB the council does not bind itself to withhold this information). If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: 5) Collateral warranties may be required. This will be detailed at ITT stage. 6) Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to their offer. Bidders will be required to complete the tenderers amendment certificate contained in the attachment area within PCS-T portal. 7) Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS-T portal. 8) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS-T portal. 9) Bidders will be required to complete an FoI certificate at ITT stage (as well as SPD stage as detailed in item 3 above). 10) Request for Documentation: Once the Evaluation of Price & Quality is complete, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 3 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. 11) Terms and conditions relating to this contract will be NEC3 with additional Z clauses. Full details at ITT (Invitation to Tender) stage. (SC Ref:674561)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005293CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Consultancy Services for Avenues Plus Project - Block S",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311300",
            "description": "Infrastructure works consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Glasgow City Council (the Council) is seeking to appoint a suitably qualified Lead Consultant to act as Principal Designer and head a multi-disciplinary team - comprising expertise in a number of professional services to undertake, in accordance with RIBA stages 1 to 4, the preparation and brief, concept design, developed design and technical design including ongoing design input during the construction period for the Avenues Plus project known as Block S.",
        "value": {
            "amount": 885190,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Invitation to Participate relates to Block S. The Lead consultant will have a varying involvement on the delivery of RIBA Stages 0 to 7 for the following Avenues: 1) Duke Street (from High Street to Bellgrove St) and John Knox Street (from Castle St to Duke St) 2) Dobbie's Loan (from North Hanover St to Canal St) 3) South Portland Street (from Carlton Place to Norfolk St) 4) Cowcaddens Road (from Cambridge St to North Hannover St) Set out below are the various RIBA stages which provides clarity regarding which party has primary responsibility for delivery of each. Note that although Stage 3 and Stage 4 for Cowcaddens Rd, Dobbie's Loan and South Portland St. will be delivered internally by a Glasgow City Council designer the appointed Lead Consultant may be called upon for design input. This is also true of the Construction phase for all four locations. Any input required of the appointed Lead Consultant during the Glasgow City Council designer led stages of the project will be charged at the submitted hourly rates provided in the Activity Schedule and within the relevant section of Contract Data Part Two. The following RIBA stages will be the responsibility of the appointed Lead Consultant: Duke St & John St - RIBA stages 0-4 Cowcaddens Rd - RIBA Stages 0-2 Dobbie's Loan - RIBA Stages 0-2 South Portland St - RIBA Stages 0-2 The following RIBA stages will be the responsibility of an internal Glasgow City Council designer: Duke St & John St - RIBA stages 5-7 Cowcaddens Rd - RIBA Stages 3-7 Dobbie's Loan - RIBA Stages 3-7 South Portland St - RIBA Stages 3-7 The programme of works for the Avenues Plus project is based on RIBA stages and will be in place from November 2021 up to April 2026. Whilst the Avenues Plus project is not funded directly by City Deal, it will be delivered and managed as part of the wider EIIPR Avenues Programme. In addition to the delivery of the four avenue locations mentioned above, there is a further component to the Avenues Plus project related to in-depth community engagement and behaviour change activities. An external community consultant will be appointed to deliver on the implementation of the Community Engagement and Behaviour Change activities. The outputs from this process will feed into the design, where possible and appropriate. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "value": {
                    "amount": 885190,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1620
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 6 highest scoring bidders will be invited to tender, where 6 bidders can be identified as having met the minimum criteria for consideration. Where there is a score differential of less than 2% between the sixth placed bidder and subsequent ranking bidders, those lower ranking bidders will also be shortlisted and invited to tender, up to a maximum of 8 bidders in total. Only if there is a tie at 8 bidders will more than 8 bidders be invited to tender as all the tied bidders will be invited to tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Design Statement",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Sustainability, climate change and green/blue infrastructure",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Sustainable Transport",
                            "type": "quality",
                            "description": "18%"
                        },
                        {
                            "name": "Project Management",
                            "type": "quality",
                            "description": "18%"
                        },
                        {
                            "name": "Site Investigation",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Stakeholder Engagement",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Client Communication",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Team Structure",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79415200",
                        "description": "Design consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "City of Glasgow"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Additional information pertaining to this Contract Notice is contained in the documents titled \"GCC005293CPU Invitation to Participate\" attached within the tender attachment area of PCS-t. Applicants must ensure they read these documents in conjunction with this Contract Notice. Minimum level(s) of standards required: Applicants must comply with the financial requirements detailed in Section 4B Economic and Financial Standing of the documents titled \"GCC005293CPU Invitation to Participate\" attached within the tender attachment area of PCS-t. It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of Insurances detailed in section 4B Minimum Insurance Requirements of the documents titled \"GCC005293CPU Invitation to Participate\" attached within the tender attachment area of PCS-t.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As specified in the Invitation to Tender.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-07T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-07-06T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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 the 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 Sheriff 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."
    },
    "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": {
                "name": "Steve Chandler",
                "telephone": "+44 1412876907",
                "email": "steven.chandler@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-15267",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotcourts.gov.uk"
            }
        },
        {
            "id": "GB-FTS-35360",
            "name": "Ironside Farrar Limited",
            "identifier": {
                "legalName": "Ironside Farrar Limited",
                "id": "SC109330"
            },
            "address": {
                "streetAddress": "5th Floor, 135 Buchanan Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 2JA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412302151",
                "email": "charlie.griffiths@ironsidefarrar.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-203",
        "name": "Glasgow City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "029076-2021-GCC005293CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.15,
                "maximumPercentage": 0.15
            },
            "suppliers": [
                {
                    "id": "GB-FTS-35360",
                    "name": "Ironside Farrar Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029076-2021-GCC005293CPU-1",
            "awardID": "029076-2021-GCC005293CPU-1",
            "status": "active",
            "value": {
                "amount": 798063,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}