Tender

Refurbishment of Units 1-8 and external yard replacement at Admiral Hyson Industrial Estate

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

This public procurement record has 1 release in its history.

Tender

15 Jan 2026 at 16:41

Summary of the contracting process

This public procurement process involves Glasgow City Council, acting as the administering authority for the Strathclyde Pension Fund, and aims to appoint a contractor for the refurbishment of industrial units at the Admiral Hyson Industrial Estate in London SE16. The procurement falls under the construction industry category with a focus on works, particularly construction and refurbishment. The tender is currently at the 'tender' stage, with a deadline for submissions set for 19th February 2026. The works, valued at £4.4 million, include significant construction and refurbishment activities such as replacing roofs, cladding, and installing new facilities. The procurement follows a restricted procedure as per the Public Contracts (Scotland) Regulations 2015.

This tender represents a substantial opportunity for businesses involved in construction and refurbishment services, especially those experienced in industrial unit projects. Companies with expertise in executing projects in urban areas, coordinating with statutory bodies, and managing utility supplies will find this procurement well-suited to their capabilities. The contract, to be managed by DTZ Investors on behalf of the Council, provides a robust platform for business expansion, offering entry into a government-funded project with high-value potential. The requirement for a yearly turnover of at least £13 million and substantial insurance coverage suggests that medium to large-scale enterprises are particularly well-positioned to compete in this tender.

How relevant is this notice?

Notice Information

Notice Title

Refurbishment of Units 1-8 and external yard replacement at Admiral Hyson Industrial Estate

Notice Description

This procurement is to appoint a contractor for the refurbishment of eight light industrial units, comprising the Admiral Hyson Industrial Estate at Hyson Road, London SE16. The works include the replacement of the external yard and underground drainage system. The procurement is being conducted by DTZ Investors for Glasgow City Council (the Council) as administering authority for the Strathclyde Pension Fund (the Fund). The successful Bidder will enter into the contract for the works with the Council.

Lot Information

Lot 1

The works will comprise the full refurbishment of the industrial estate, including the internal and external elements of the units and the replacement of the external yard and underground drainage. Currently, the units are vacant and have been stripped out back to shell and core (including all utilities). The works are anticipated to include the replacement of the (assumed) asbestos cement sheet roof with a new insulated system, the replacement and refurbishment of the vertical built-up cladding system, new rooflights, the installation of a small array of photovoltaic (PV) panels to each unit, new external windows and doors, new roller shutter doors, the decoration to all internal surfaces including masonry/steelwork/concrete, new warehouse floor coating, new partitioning forming WC cubicles, new plasterboard lining throughout, new WC blocks inc showering facilities, new fitted out first floor office comprising suspended ceilings and floor coverings, new internal doors and the installation of new mezzanines to each unit. The units will also benefit from new electrical supplies, routed underneath the new yard and will provide power to new service heads and internal distribution throughout, new LED lighting to all areas, new fire alarm system to all areas, all associated plumbing to WCs, showers and kitchenettes, new ventilation to WCs, new electric radiators and water heaters, and new air conditioning to all offices. The works will require coordination with all relevant statutory bodies and utility providers to provide a seamless construction programme. Further information about the works will be set out in the procurement documents. The form of contract will be JCT Design & Build Contract 2025. The contract is being procured under the restricted procedure in accordance with the Public Contracts (Scotland) Regulations 2015. DTZ Investors will manage the procurement on behalf of the Council. The successful bidder will be required to register with the Avetta approved supplier system prior to entering into contract (if not already approved). The procurement process leading to the award of the contract will comprise the following stages: 1. SPD stage 2. ITT stage 3. Contract award stage The procurement documents being issued at this SPD stage include an SPD document and an SPD Guidance document. To participate in the procurement, economic operators must submit a completed SPD document in accordance with this Contract Notice and the instructions in the SPD Guidance document. 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.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06070a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003642-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45111240 - Ground-drainage work

45200000 - Works for complete or part construction and civil engineering work

45210000 - Building construction work

45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

45213200 - Construction work for warehouses and industrial buildings

Notice Value(s)

Tender Value
£4,400,000 £1M-£10M
Lots Value
£4,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jan 20264 days ago
Submission Deadline
19 Feb 20261 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2026 - 1 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL (AS ADMINISTERING AUTHORITY FOR THE STRATHCLYDE PENSION FUND)
Contact Name
Not specified
Contact Email
admiralhyson.uk@avisonyoung.com
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
TLI44 Lewisham and Southwark

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-06070a-2026-01-15T16:41:38Z",
    "date": "2026-01-15T16:41:38Z",
    "ocid": "ocds-h6vhtk-06070a",
    "description": "To participate in this procurement, economic operators should complete the SPD and submit the completed SPD to the Project Manager via email in accordance with the timescales and instructions specified in this Contract Notice and in the SPD Guidance document. Please carefully review the information in this Contract Notice, the SPD and the SPD Guidance document. 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. The Council/SPF is not liable for any costs incurred, including in respect of expressing an interest in, submitting an SPD response 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 outside of Scotland. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=820694. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Contract not being delivered in Scotland. The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Contract not being delivered in Scotland. (SC Ref:820694)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-06070a",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Refurbishment of Units 1-8 and external yard replacement at Admiral Hyson Industrial Estate",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "This procurement is to appoint a contractor for the refurbishment of eight light industrial units, comprising the Admiral Hyson Industrial Estate at Hyson Road, London SE16. The works include the replacement of the external yard and underground drainage system. The procurement is being conducted by DTZ Investors for Glasgow City Council (the Council) as administering authority for the Strathclyde Pension Fund (the Fund). The successful Bidder will enter into the contract for the works with the Council.",
        "value": {
            "amount": 4400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The works will comprise the full refurbishment of the industrial estate, including the internal and external elements of the units and the replacement of the external yard and underground drainage. Currently, the units are vacant and have been stripped out back to shell and core (including all utilities). The works are anticipated to include the replacement of the (assumed) asbestos cement sheet roof with a new insulated system, the replacement and refurbishment of the vertical built-up cladding system, new rooflights, the installation of a small array of photovoltaic (PV) panels to each unit, new external windows and doors, new roller shutter doors, the decoration to all internal surfaces including masonry/steelwork/concrete, new warehouse floor coating, new partitioning forming WC cubicles, new plasterboard lining throughout, new WC blocks inc showering facilities, new fitted out first floor office comprising suspended ceilings and floor coverings, new internal doors and the installation of new mezzanines to each unit. The units will also benefit from new electrical supplies, routed underneath the new yard and will provide power to new service heads and internal distribution throughout, new LED lighting to all areas, new fire alarm system to all areas, all associated plumbing to WCs, showers and kitchenettes, new ventilation to WCs, new electric radiators and water heaters, and new air conditioning to all offices. The works will require coordination with all relevant statutory bodies and utility providers to provide a seamless construction programme. Further information about the works will be set out in the procurement documents. The form of contract will be JCT Design & Build Contract 2025. The contract is being procured under the restricted procedure in accordance with the Public Contracts (Scotland) Regulations 2015. DTZ Investors will manage the procurement on behalf of the Council. The successful bidder will be required to register with the Avetta approved supplier system prior to entering into contract (if not already approved). The procurement process leading to the award of the contract will comprise the following stages: 1. SPD stage 2. ITT stage 3. Contract award stage The procurement documents being issued at this SPD stage include an SPD document and an SPD Guidance document. To participate in the procurement, economic operators must submit a completed SPD document in accordance with this Contract Notice and the instructions in the SPD Guidance document. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qaulity",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "type": "price",
                            "description": "70%"
                        }
                    ]
                },
                "value": {
                    "amount": 4400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2027-03-01T23:59:59Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213000",
                        "description": "Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213200",
                        "description": "Construction work for warehouses and industrial buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI44"
                    }
                ],
                "deliveryLocation": {
                    "description": "Admiral Hyson Industrial Estate, Admiral Hyson Road, London SE16 3PA"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "submissionMethodDetails": "Avison Young, London, United Kingdom. NUTS code: UK. admiralhyson.uk@avisonyoung.com, https://www.avisonyoung.co.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The successful bidder is required to register with contractor verification system, Avetta. In response to SPD Question 4A.1, Bidders should confirm whether they are already 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. Bidders who are not already registered with Avetta and who respond to say that they are not willing to register at the point of contract award will receive a 'Fail' for this question. Further details can be found in the SPD Guidance document.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "In response to Question 4B.1.1 of the SPD, Bidders must confirm they have a 'general' yearly turnover of GBP 13,000,000 for 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.",
                    "minimum": "In response to Question 4B.4 of the SPD, Bidders must confirm that their 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 Creditsafe or Company Watch and/or other forms of mitigation, such as a performance bond or Parent Company Guarantee. Bidders who do not satisfy the financial requirements and are seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the minimum turnover requirement and/or the credit rating requirement 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 satisfy with the financial requirements. In response 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 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, Products Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and in the aggregate; and - Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP 5,000,000) in respect of any one event. Further details can be found in the SPD Guidance document.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "In relation to Question 4C.1 of the SPD, bidders must demonstrate that they have completed works of a similar nature to this project as described in Sections II.1.4 and II.2.4 above by providing three relevant case studies of works of a similar nature carried out during the last five years that demonstrate that their organisation has the required experience in working on the refurbishment of existing industrial units, including replacement of doors and windows, internal and external cladding, roof replacement, construction of mezzanine floors, mechanical, electrical and plumbing works, and of the replacement or new large service yards with a concrete slab on pile foundations, including service trenching. Your organisation must have experience working around urban areas and/or tight and logistical challenging sites.",
                    "minimum": "Please carefully review the SPD Guidance document for the detailed requirements for each case study and information on how each case study will be evaluated and scored. 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 procurement documents for further information.",
                    "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
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-02-19T17:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2026-03-13T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "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 day 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."
    },
    "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": {
                "email": "admiralhyson.uk@avisonyoung.com",
                "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=AA00196",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "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 1414298888",
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.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-r6ebe6-0000820694"
        }
    ],
    "language": "en"
}