Award

Re-development of the existing office building situated at Bankside House, 76-80 Southwark Street, London, SE1 0PN

GLASGOW CITY COUNCIL (AS ADMINISTERING AUTHORITY FOR THE STRATHCLYDE PENSION FUND)

This public procurement record has 2 releases in its history.

Award

09 Jun 2025 at 10:09

Tender

02 Jul 2024 at 15:30

Summary of the contracting process

The procurement process is being conducted by DTZ Investors on behalf of Glasgow City Council, serving as the administering authority for the Strathclyde Pension Fund. This particular tender involves the redevelopment of Bankside House, an office building located at 76-80 Southwark Street, London, in the United Kingdom. The industry category for the project is construction work, involving tasks such as demolition, refurbishment, and remodelling of office spaces. Procured via an open procedure, the tender is in its active stage, with a submission deadline on 23 August 2024. The estimated contract value is £21.5 million, and the work is expected to commence on 16 December 2024, concluding by 4 December 2026.

This tender presents a substantial opportunity for construction companies, particularly those experienced in urban redevelopment and high-value construction projects. Businesses with expertise in complex remodelling tasks, including structural alterations and facade work, are well-suited to compete for this project. The successful bidder must demonstrate financial resilience, sufficient insurance coverage, and a proven track record in similar urban redevelopment projects. The emphasis on both quality and pricing within the award criteria—weighted at 40% and 60%, respectively—allows competitive bidders to showcase innovative solutions and cost-effective approaches to gain a competitive edge.

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

Re-development of the existing office building situated at Bankside House, 76-80 Southwark Street, London, SE1 0PN

Notice Description

The contract location is Bankside House, 76-80 Southwark Street, London, SE1 0PN. The property spans two sites which were formerly separate entities and were redeveloped to form a single office building in 1971. The original Victorian warehouse structure remains to the eastern portion of the site while that at the western end was constructed in 1971. The property was substantially remodelled and clad in 2001. The contract works comprise the design, construction, remodelling and refurbishment of the existing office and ancillary plant accommodation at basement, and ground to fourth floor levels. The existing fifth floor level is to be demolished and new fifth and sixth floors will be constructed with new plant and roof terrace above. The building will be substantially rebuilt or reclad to the west, south and part north elevations. New terraces will be formed at fifth and sixth floors to the rear. Internally, the cores are to be rebuilt to provide high quality office plates over basement to sixth floors. The entrance will remain on the corner of Great Guildford and Southwark Streets. New cycle store and plant areas will be provided at basement level, along with a new feature stair linking the office accommodation at ground and basement. The Procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF).

Lot Information

Lot 1

This procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). SPF is part of the Local Government Pension Scheme (LGPS) and is one of the 11 LGPS funds in Scotland and around100 in the UK. This contract is being procured under the Open Procedure. The Invitation to Tender (ITT) includes an SPD document. All Bidders must submit a completed SPD document as part of their response to the ITT. SPD responses meeting the minimum exclusion and selection criteria will proceed to have their response to the rest of the ITT evaluated against the award criteria. The minimum exclusion and selection criteria, award criteria and evaluation methodology is outlined in the ITT. 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. As above, all communications from tenderers on this procurement should be sent to Bankside@cogentbc.co.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047946
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030859-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

19 - Leather and textile fabrics, plastic and rubber materials

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

19200000 - Textile fabrics and related items

44233000 - Staircases

45000000 - Construction work

45111000 - Demolition, site preparation and clearance work

45210000 - Building construction work

45213100 - Construction work for commercial buildings

45262690 - Refurbishment of run-down buildings

45262800 - Building extension work

45262900 - Balcony work

45443000 - Facade work

45453100 - Refurbishment work

Notice Value(s)

Tender Value
£21,500,000 £10M-£100M
Lots Value
£21,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Jun 20258 months ago
Submission Deadline
23 Aug 2024Expired
Future Notice Date
Not specified
Award Date
9 Jun 20258 months ago
Contract Period
16 Dec 2024 - 4 Dec 2026 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL (AS ADMINISTERING AUTHORITY FOR THE STRATHCLYDE PENSION FUND)
Contact Name
Richard Andrews (Cogent)
Contact Email
bankside@cogentbc.co.uk
Contact Phone
+44 2039000771

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
Not specified

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

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-047946-2025-06-09T11:09:44+01:00",
    "date": "2025-06-09T11:09:44+01:00",
    "ocid": "ocds-h6vhtk-047946",
    "description": "The procurement exercise has been abandoned. Following a change of strategy, the asset at 76-80 Southward Street, London has recently been sold, meaning there is no longer a requirement for the works. This procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). SPF is part of the Local Government Pension Scheme (LGPS) and is one of 11 LGPS funds in Scotland and around 100 in the UK. The successful Bidder will be required to sign an Insurance Mandate authorising the Council to request copies of insurance documents from the Bidder'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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/ The Council/SPF is not liable for any costs incurred, including in respect of expressing an interest in or tendering for this opportunity. The Council reserves the right at its sole discretion to vary the procurement (or any part of it) at any time, to not to award a contract and to cancel the procurement (or any part of it). The Council does not intend to include any community benefit requirements in this contract for the following reason: the works are to be undertaken at a site in London, outside of Scotland. (SC Ref:801128)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-047946",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Re-development of the existing office building situated at Bankside House, 76-80 Southwark Street, London, SE1 0PN",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The contract location is Bankside House, 76-80 Southwark Street, London, SE1 0PN. The property spans two sites which were formerly separate entities and were redeveloped to form a single office building in 1971. The original Victorian warehouse structure remains to the eastern portion of the site while that at the western end was constructed in 1971. The property was substantially remodelled and clad in 2001. The contract works comprise the design, construction, remodelling and refurbishment of the existing office and ancillary plant accommodation at basement, and ground to fourth floor levels. The existing fifth floor level is to be demolished and new fifth and sixth floors will be constructed with new plant and roof terrace above. The building will be substantially rebuilt or reclad to the west, south and part north elevations. New terraces will be formed at fifth and sixth floors to the rear. Internally, the cores are to be rebuilt to provide high quality office plates over basement to sixth floors. The entrance will remain on the corner of Great Guildford and Southwark Streets. New cycle store and plant areas will be provided at basement level, along with a new feature stair linking the office accommodation at ground and basement. The Procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF).",
        "value": {
            "amount": 21500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This procurement is being conducted by DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). SPF is part of the Local Government Pension Scheme (LGPS) and is one of the 11 LGPS funds in Scotland and around100 in the UK. This contract is being procured under the Open Procedure. The Invitation to Tender (ITT) includes an SPD document. All Bidders must submit a completed SPD document as part of their response to the ITT. SPD responses meeting the minimum exclusion and selection criteria will proceed to have their response to the rest of the ITT evaluated against the award criteria. The minimum exclusion and selection criteria, award criteria and evaluation methodology is outlined in the ITT. 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. As above, all communications from tenderers on this procurement should be sent to Bankside@cogentbc.co.uk",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 21500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2024-12-16T00:00:00Z",
                    "endDate": "2026-12-04T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111000",
                        "description": "Demolition, site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213100",
                        "description": "Construction work for commercial buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44233000",
                        "description": "Staircases"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45443000",
                        "description": "Facade work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262800",
                        "description": "Building extension work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262900",
                        "description": "Balcony work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "19200000",
                        "description": "Textile fabrics and related items"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "London"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.cogentbc.co.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In respect of SPD Question 4A.1, Bidders are required to register with contractor verification system, Avetta. Bidders should disclose in the SPD whether they are approved and registered with Avetta. Bidders who are not already registered with Avetta, should confirm that they are willing to register at the point of contract award in order to 'Pass' this question. Further details can be found in the ITT.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "In relation to Question 4B.1.1 of the SPD, Bidders must show it has a 'general' yearly turnover of no less than GBP 20,000,000 in each of their last three (3) financial years. Bidders who have been trading for less than three (3) years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading. In relation to Question 4B.4 of the SPD, the Bidder must confirm that its Dun & Bradstreet Failure Score has a Risk Indicator of 1, 2 or 3. Where a Bidder has a Dun & Bradstreet Failure Score with a Risk Indicator of 4 'High Risk', or a Dun & Bradstreet report is not available, the Council will ask the Bidder to provide further assurance to the Council. This might include other recognised rating agency ratings such as Company Watch or Experian or other forms of mitigation, such as a performance bond. Bidders who do not comply with the above financial requirements and are seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the turnover test and/or credit check rating test must: (i) State this explicitly in response to Question 4B.6; (ii) Provide a letter of commitment from the parent company (or other organisation) to provide a guarantee on terms acceptable to the Council; and (iii) Provide the required financial information in respect of the guarantor. Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with the above minimum financial requirements. In relation to Question 4B.5.1 - 4B.5.3 of the SPD, Bidders must confirm that they have or can commit to obtain prior to commencement of the contract the following insurances and associated minimum financial levels of cover: - - Bidders shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and unlimited in the period; - Bidders shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least TWENTY MILLION POUNDS STERLING (GBP 20,000,000) in respect of any one event and unlimited in the period; - Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event. Deposits and Guarantees The Council may require that the successful Bidder provides a parent company guarantee/guarantees and/or other form of suitable security (including a performance bond) on terms acceptable to the Council. Please refer to the ITT for further information",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "In relation to Question 4C.1 of the SPD, Bidders must demonstrate that they have completed projects of a similar nature as the current project described in Section II.1.4 above by providing three examples of projects completed within the last five years as specified in this Contract Notice. Bidders may use examples from both public and/or private sector. Examples from Bidders must include the following minimum requirements that demonstrate: - they have completed similar project types (relocation of cores, demolition of large sections of the existing structure and construction of new floors); - they have completed projects of a similar value to the contract; - they have worked in city centre locations on tight island sites, are well versed in the challenges encountered and can advise how they overcame those challenges; - they have worked on projects where there were a large number of residential stakeholders in close proximity and how this was managed; - they have proven experience of obtaining BREEAM and WELL Building Standard accreditation under similar projects and can provide suitable evidence of same; - they have a proven experience of discharging planning conditions, in particular relating to Construction Management Plans, and undertaking successful community engagement; - they have proven track record of engaging with major industry schemes including Considerate Constructors and, where relevant obtaining 'Excellent' scores; and - they have a track record of delivering projects on time, on budget and with zero (or low) defects - bidders should provide suitable evidence and examples of how they have added value to the projects they have completed. Each written example must not exceed 500 words. Where a submission exceeds the maximum number of words indicated per example, no account will be taken of the words beyond that 500-word limit. Photographs or diagrams may also be used to accompany text but are restricted to one page per example.",
                    "minimum": "Please refer to the ITT for information on the scoring methodology and minimum score requirement.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Where Bidders are bidding as part of a group (e.g a consortium), the Council reserves the right to require Bidders to assume a specific legal form for the purpose of the award of the contract. Where a Bidder relies upon the capacity of another entity to satisfy the criteria relating to economic and financial standing, the Council reserves the right to require the Bidder and that entity to be jointly and severally liable.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-23T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-23T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-23T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Court proceedings can be brought in either the Sheriff Court or Court of Session. Any proceedings relating to a breach of a duty owed by Glasgow City Council to a Bidder under the Public Contracts (Scotland) Regulations 2015 in relation to this procurement must be started within 30 days beginning with the date on which the Bidder first knew or ought to have known that grounds for beginning the proceedings had arisen. The 30-day limitation period can exceptionally be extended by the Court for up to three months if satisfied that there is a good reason for doing so. In accordance with the Public Contracts (Scotland) Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to Bidders."
    },
    "parties": [
        {
            "id": "GB-FTS-28260",
            "name": "Glasgow City Council (as administering authority for the Strathclyde Pension Fund)",
            "identifier": {
                "legalName": "Glasgow City Council (as administering authority for the Strathclyde Pension Fund)"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Richard Andrews (Cogent)",
                "telephone": "+44 2039000771",
                "email": "Bankside@cogentbc.co.uk",
                "url": "http://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30519",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3515",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 141429888",
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-28260",
        "name": "Glasgow City Council (as administering authority for the Strathclyde Pension Fund)"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000770697"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "030859-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}