Tender

Provision of Works for Argyle Street East Public Realm Construction

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

16 Sep 2025 at 08:36

Summary of the contracting process

Glasgow City Council is inviting bids for the provision of public realm construction works in the Argyle Street East area of Glasgow. This tender process is in the 'Tender' stage, and follows the open procurement method. The project, valued at £12 million, involves reconstruction works including footways, carriageways, new cycleways, and green/blue infrastructure installations. Interested parties must submit their electronic bids by 28th October 2025. This procurement is governed by the regulations of the Public Contracts (Scotland) Regulations 2015 and aims to enhance the public infrastructure within the UKM82 region, ensuring compliance with construction and environmental standards.

This tender presents significant opportunities for businesses in the construction industry, particularly those specialising in urban infrastructure and environmental enhancement projects. Companies with a robust track record in managing large-scale urban development projects, and who can demonstrate compliance with health and safety, quality assurance, and environmental standards, are well-placed to compete. The project’s emphasis on sustainability and community benefits aligns it with businesses driving innovation in green infrastructure. The successful bidder must commit to fair work practices and ensure timely payments to subcontractors, which presents an opportunity for smaller businesses to engage as part of the supply chain.

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

Provision of Works for Argyle Street East Public Realm Construction

Notice Description

Provision of Works for Argyle Street East Public Realm Construction

Lot Information

Lot 1

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure. Additional information: Economic operators may be excluded from this competition if there 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-059aea
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/056796-2025
Current Stage
Tender
All Stages
Tender

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

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20255 months ago
Submission Deadline
28 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
kim mackenzie
Contact Email
kim.mackenzie@ced.glasgow.gov.uk
Contact Phone
Not specified

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

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-059aea-2025-09-16T09:36:46+01:00",
    "date": "2025-09-16T09:36:46+01:00",
    "ocid": "ocds-h6vhtk-059aea",
    "description": "1) 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 SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. 2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions 3) 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 Tender portal. 4) 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 works 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. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal. 5) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal. 6) Bidders will be required to complete an FoI certificate. Information on the FOI Act is contained in Appendix A of the Invitation to Tender 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 Tender portal (NB the council does not bind itself to withhold this information). 7) NEC4 conditions of contract will be used for this project. The conditions of contract can be located within the attachments area within the PCS Tender portal. 8) Request for documentation stage is not required - bidders must provide all information / required documentation as part of their submission. 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 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits are as detailed in the Invitation to Tender document (SC Ref:809839)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC006463CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Works for Argyle Street East Public Realm Construction",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Provision of Works for Argyle Street East Public Realm Construction",
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure. Additional information: Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "fair work first",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "communication",
                            "type": "quality",
                            "description": "12.5"
                        },
                        {
                            "name": "traffic management",
                            "type": "quality",
                            "description": "12.5"
                        },
                        {
                            "name": "works programme",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "supply chain",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "green infrastructure",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "NWR Infrastructure",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "sustainability",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 12000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Selection criteria as stated in the procurement documents",
                    "minimum": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Selection criteria as stated in the procurement documents",
                    "minimum": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As specified in the Invitation to Tender document."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-10-28T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-10-28T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-10-28T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "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-73933",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "kim mackenzie",
                "email": "kim.mackenzie@ced.glasgow.gov.uk",
                "url": "https://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-964",
            "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"
            },
            "contactPoint": {
                "email": "kim.mackenzie@ced.glasgow.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-73933",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000809839"
        }
    ],
    "language": "en"
}