Notice Information
Notice Title
City Deal Public Realm Framework
Notice Description
The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure
Lot Information
Value Band - Up to 5,999,999GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal
Glasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of up to 5,999,999GBP and may include: Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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
Options: Please note that there may be a further call off contract from East Renfrewshire City Deal through a mini competition via this framework, high level details below: Estimate project value to be around 1.5MGBP Estimated Timescales for the project are currently estimated at 2019/2020.
Renewal: Up to 12 months
Value Band - 6,000,000GBP to 11,999,999 GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City DealGlasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of up between 6,000,000GBP to 11,999,999 GBP Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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)
Renewal: Up to 12 months
Value Band - 12,000,000GBP to 20,000,000GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City DealGlasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of between 12,000,000GBP to 20,000,000 GBP Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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)
Renewal: Up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000532149
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361233
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45220000 - Engineering works and construction works
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £37,999,998 £10M-£100M
Notice Dates
- Publication Date
- 22 Jul 20196 years ago
- Submission Deadline
- 2 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Jun 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Maureen Buchanan
- Contact Email
- maureen.buchanan@glasgow.gov.uk
- Contact Phone
- +44 1412878322
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY320538
City Deal Public Realm Framework - The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361233
City Deal Public Realm Framework - The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000532149-2019-07-22T00:00:00Z",
"date": "2019-07-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000532149",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Maureen Buchanan",
"email": "maureen.buchanan@glasgow.gov.uk",
"telephone": "+44 1412878322",
"faxNumber": "+44 1412879399",
"url": "https://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-13",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Maureen Buchanan",
"email": "maureen.buchanan@glasgow.gov.uk",
"telephone": "+44 1412878322",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-118",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Maureen Buchanan",
"email": "maureen.buchanan@glasgow.gov.uk",
"telephone": "+44 1412878322",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-119",
"name": "George Leslie Ltd",
"identifier": {
"legalName": "George Leslie Ltd"
},
"address": {
"streetAddress": "Blackbyres Road, Barrhead",
"locality": "Glasgow",
"region": "UKM83",
"postalCode": "G78 1DU"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-120",
"name": "I & H Brown Limited",
"identifier": {
"legalName": "I & H Brown Limited"
},
"address": {
"streetAddress": "P O Box 51, Dunkeld Road Perth",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 3YD"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-121",
"name": "idverde Ltd (Formally The Landscape Group Ltd)",
"identifier": {
"legalName": "idverde Ltd (Formally The Landscape Group Ltd)"
},
"address": {
"streetAddress": "Landscapes House, 3 Rye Hill Office Park, Birmingham Road, Allesley",
"locality": "Coventry",
"region": "UK",
"postalCode": "CV5 9AB"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-122",
"name": "McLaughlin & Harvey",
"identifier": {
"legalName": "McLaughlin & Harvey"
},
"address": {
"streetAddress": "15 Trench Road, Mallusk",
"locality": "Newtownabbey",
"region": "UKM",
"postalCode": "BT36 4TY"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-123",
"name": "Morgan Sindall Construction & Infrastructure Ltd",
"identifier": {
"legalName": "Morgan Sindall Construction & Infrastructure Ltd"
},
"address": {
"streetAddress": "Trilogy One, 11 Woodhall, Eurocentral, Holytown",
"locality": "Motherwell",
"region": "UK",
"postalCode": "ML1 4YT"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-124",
"name": "RJ McLeod (Contractors) Ltd",
"identifier": {
"legalName": "RJ McLeod (Contractors) Ltd"
},
"address": {
"streetAddress": "2411 London Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G32 8XT"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-125",
"name": "Graham Construction",
"identifier": {
"legalName": "Graham Construction"
},
"address": {
"streetAddress": "Ballygowan Road",
"locality": "Hillsborough",
"region": "UKN08",
"postalCode": "BT26 6HX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-126",
"name": "Farrans Construction",
"identifier": {
"legalName": "Farrans Construction"
},
"address": {
"streetAddress": "Oakbank, Mid Calder",
"locality": "Livningston",
"region": "UKM73",
"postalCode": "EH53 0JS"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-127",
"name": "Advance Constructin Scotland Ltd",
"identifier": {
"legalName": "Advance Constructin Scotland Ltd"
},
"address": {
"streetAddress": "Caldergrove House, Strathclyde Business Park",
"locality": "Bellshill",
"region": "UKM",
"postalCode": "ML4 3RA"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-128",
"name": "Mackenzie Construction Ltd",
"identifier": {
"legalName": "Mackenzie Construction Ltd"
},
"address": {
"streetAddress": "Burnfield Avenue , Thornliebank",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G46 7TL"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-129",
"name": "MacLay Civil Engineering Ltd",
"identifier": {
"legalName": "MacLay Civil Engineering Ltd"
},
"address": {
"streetAddress": "Stirling Road",
"locality": "Airdrie",
"region": "UK",
"postalCode": "ML6 7JA"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-130",
"name": "Noel Regan & Sons Building & Civil Eng Contractors UK Ltd",
"identifier": {
"legalName": "Noel Regan & Sons Building & Civil Eng Contractors UK Ltd"
},
"address": {
"streetAddress": "Unit 5 Firth Road Houstoun Ind Est",
"locality": "Livingston",
"region": "UKM73",
"postalCode": "EH54 5DJ"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-131",
"name": "Tarmac Trading Limited",
"identifier": {
"legalName": "Tarmac Trading Limited"
},
"address": {
"streetAddress": "9 The Village, Maisies Way",
"locality": "South Normanton",
"region": "UK",
"postalCode": "DE55 2DS"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-118"
},
"tender": {
"id": "GCC004539CPU",
"title": "City Deal Public Realm Framework",
"description": "The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow City"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow City"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow City"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
}
],
"value": {
"amount": 150000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-07-02T12:00:00Z"
},
"documents": [
{
"id": "MAY320538",
"documentType": "contractNotice",
"title": "City Deal Public Realm Framework",
"description": "The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY320538",
"format": "text/html"
},
{
"id": "JUL361233",
"documentType": "awardNotice",
"title": "City Deal Public Realm Framework",
"description": "The Council is seeking to create a framework of main contractors for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal, including: Supply,Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361233",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Value Band - Up to 5,999,999GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"description": "Glasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of up to 5,999,999GBP and may include: Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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",
"status": "complete",
"options": {
"description": "Please note that there may be a further call off contract from East Renfrewshire City Deal through a mini competition via this framework, high level details below: Estimate project value to be around 1.5MGBP Estimated Timescales for the project are currently estimated at 2019/2020."
},
"hasOptions": true,
"secondStage": {
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Community Benefit",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
}
},
{
"id": "2",
"title": "Value Band - 6,000,000GBP to 11,999,999 GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"description": "Glasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of up between 6,000,000GBP to 11,999,999 GBP Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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)",
"status": "complete",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project and Service Delivery",
"description": "50"
},
{
"type": "price",
"description": "40"
}
]
}
},
{
"id": "3",
"title": "Value Band - 12,000,000GBP to 20,000,000GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"description": "Glasgow City Council City Deal will be seeking main contractors to establish a framework for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes. This lot is for projects of between 12,000,000GBP to 20,000,000 GBP Construction, repair and maintenance of high-quality natural stone surfaces, street furniture and decorative items Carriageway and Footway construction, reconstruction and resurfacing Water-sensitive Urban Design, including rain gardens and planting beds as part of water surface drainage schemes, as well as drainage and associated work Street Lighting In-situ Recycling Earthworks and Remediation Green infrastructure. 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)",
"status": "complete",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Up to 12 months"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project and Service Delivery",
"description": "50"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "This will determined at framework ITT stage and will be included into the tender document."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-08-31T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance and Liquidity in order to participate in the tendering process Minimum Turnover Minimum Turnover to be set at the undernoted levels:- Lot 1 7.5mGBP Lot 2 20.0mGBP Lot 3 30.0mGBP Trading Performance Ratio An overall positive outcome on gross profit over a 3 year period. Exceptional items occurring in the normal course of business or non-recurring items can be excluded from calculation. Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Ratio - Long-term Bank Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Intangibles can be included for purposes of the Net Worth figure. The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this ESPD.",
"minimum": "Minimum Insurance requirements - Bidders are required to hold the below level of insurance The Contractor shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION 10,000,000m POUNDS STERLING in respect of any one claim and unlimited in the period. The organisation/consultant shall take out and maintain throughout the period of their services and for a further 12 years on completion of their service, Professional Indemnity insurance to the value of a minimum TWO MILLION (2,000,000m) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the Council and the Bidder shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the Council agrees otherwise. It is the express responsibility of the Bidder to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their ESPD(S) Response that the specified insurance will be obtained. Your attention is drawn to the fact that insurance may be provided by the Employer on the basis set out within the attached Synopsis(ses) of Cover. Should the Employer decide to arrange insurance on this basis, Contractors shall not procure or cause to be procured any insurance cover in respect of the risks covered by such insurances, unless specifically instructed in writing by the Employer to do so and such risks shall be excluded from any insurance provided, or held, by the Contractors in relation to the Works. Further information can be found within the attachment area within PCS-t, any changes to this will be instructed by the Council during this tender process."
},
{
"type": "technical",
"description": "List of Brief Description and selection criteria Selection Criteria - Technical & Professional as per below: Bidders are required to provide information in response to question 4C1 which is reflective of the scope of requirements based on the size and value of the potential work packages detailed within section 3 for example lot 1 packages range between 2.7MGBP and 5.1MGBP. Examples should include but not be limited to, Name of project with brief description and duration, including start and end dates (month/ year) it was carried out, Name of Client, Name of contact within the Client's organisation and their contact details, who may be contacted for further information, and Brief description of whether, or not, the project was completed on time and within budget Evaluation Pass/Fail - Provide 3 examples which reflect the scope of work for each lot and 2 of the examples must be from the public sector Project Delivery - 60% Stakeholder Liaison - 20% Supply Chain - 20% For Information Only (this question will not be scored) Project Delivery - 60% Bidders are required to provide a submission which demonstrates their professional ability and their role in relation to: Construction Projects, with the emphasis on public realm schemes incorporating green and blue infrastructure Cost Control, Change and Risk Management, Performance against Programme Management of utility diversions Environmental management & Sustainability The submission should be supported by evidence from a maximum of two case studies listed in the Bidders response to Question 4C.1. 4C.1B Stakeholder Liaison - 20% Bidders are required to provide a submission which describes their technical and professional ability and their role in relation to: stakeholder liaison traffic management public liaison statutory bodies The submission should be supported by evidence from a maximum of two case studies listed in the Bidders response to Question 4C.1. 4C.1E Supply Chain and Contract Management - 20% Bidders are required to provide a submission which demonstrates how their supply chain and contract management procedures have contributed to the successful delivery of projects similar to those in the Contract Notice in terms of logistics, ordering, payments, risks, communications etc. The submission should be supported by evidence from a maximum of two case studies listed in the Bidders response to Question 4C.1. Furthermore, Bidders who have indicated within question 4C.10 that they intend to sub contract 10% or more of the contract should incorporate examples of works where a significant portion of the work was sub-contracted. 4C.1F Sub-contracting - For information only Bidders are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "45220000",
"scheme": "CPV"
},
"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 he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": false,
"amendments": [
{
"id": "amd-10",
"description": "Amended to tie in with the PCS-T publish date",
"unstructuredChanges": [
{
"oldValue": {
"date": "2018-07-02T12:00:00Z"
},
"newValue": {
"date": "2018-07-05T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 101-230106"
}
],
"description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Invitation to participate document uploaded to the buyer's attachment area on PCS-T. Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Applicants must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail.Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. 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 buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information).Tenderers Amendments -- This will be dealt with at the next stage at ITT. 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.Non Collusion -- Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal.Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.Draft Terms and Conditions will be issued at ITT stage.Additional information pertaining to this contract notice is contained in the Invitation to Participate Document (ITPD) situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10319. For more information see: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/taskWorkflowList.do?tenderCode=tender_84391 Community benefits will be included as part of this framework at individual project mini competition stage. Please refer to City Deal website for further information in relation to the types of community benefits https://www.glasgow.gov.uk/index.aspx?articleid=19491 (SC Ref:588169)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000532149"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000532149"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000532149"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004539CPU-1",
"title": "Value Band - 6,000,000GBP to 11,999,999 GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"suppliers": [
{
"id": "org-119",
"name": "George Leslie Ltd"
},
{
"id": "org-120",
"name": "I & H Brown Limited"
},
{
"id": "org-121",
"name": "idverde Ltd (Formally The Landscape Group Ltd)"
},
{
"id": "org-122",
"name": "McLaughlin & Harvey"
},
{
"id": "org-123",
"name": "Morgan Sindall Construction & Infrastructure Ltd"
},
{
"id": "org-124",
"name": "RJ McLeod (Contractors) Ltd"
},
{
"id": "org-125",
"name": "Graham Construction"
}
],
"relatedLots": [
"2"
]
},
{
"id": "GCC004539CPU-2",
"title": "Value Band - 12,000,000GBP to 20,000,000GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"suppliers": [
{
"id": "org-126",
"name": "Farrans Construction"
},
{
"id": "org-120",
"name": "I & H Brown Limited"
},
{
"id": "org-121",
"name": "idverde Ltd (Formally The Landscape Group Ltd)"
},
{
"id": "org-125",
"name": "Graham Construction"
},
{
"id": "org-123",
"name": "Morgan Sindall Construction & Infrastructure Ltd"
},
{
"id": "org-124",
"name": "RJ McLeod (Contractors) Ltd"
}
],
"relatedLots": [
"3"
]
},
{
"id": "GCC004539CPU-3",
"title": "Value Band - Up to 5,999,999GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"suppliers": [
{
"id": "org-127",
"name": "Advance Constructin Scotland Ltd"
},
{
"id": "org-119",
"name": "George Leslie Ltd"
},
{
"id": "org-121",
"name": "idverde Ltd (Formally The Landscape Group Ltd)"
},
{
"id": "org-128",
"name": "Mackenzie Construction Ltd"
},
{
"id": "org-129",
"name": "MacLay Civil Engineering Ltd"
},
{
"id": "org-130",
"name": "Noel Regan & Sons Building & Civil Eng Contractors UK Ltd"
},
{
"id": "org-124",
"name": "RJ McLeod (Contractors) Ltd"
},
{
"id": "org-131",
"name": "Tarmac Trading Limited"
},
{
"id": "org-120",
"name": "I & H Brown Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC004539CPU-1",
"awardID": "GCC004539CPU-1",
"title": "Value Band - 6,000,000GBP to 11,999,999 GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"status": "active",
"value": {
"amount": 11999999,
"currency": "GBP"
},
"dateSigned": "2019-06-11T00:00:00Z"
},
{
"id": "GCC004539CPU-2",
"awardID": "GCC004539CPU-2",
"title": "Value Band - 12,000,000GBP to 20,000,000GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"status": "active",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"dateSigned": "2019-06-11T00:00:00Z"
},
{
"id": "GCC004539CPU-3",
"awardID": "GCC004539CPU-3",
"title": "Value Band - Up to 5,999,999GBP for the delivery of all elements required for the Construction, Repair and Maintenance of Public Realm Schemes for Glasgow City Deal",
"status": "active",
"value": {
"amount": 5999999,
"currency": "GBP"
},
"dateSigned": "2019-06-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "194",
"measure": "bids",
"value": 7,
"relatedLot": "2"
},
{
"id": "195",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "196",
"measure": "foreignBidsFromEU",
"value": 7,
"relatedLot": "2"
},
{
"id": "197",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "198",
"measure": "electronicBids",
"value": 7,
"relatedLot": "2"
},
{
"id": "199",
"measure": "bids",
"value": 6,
"relatedLot": "3"
},
{
"id": "200",
"measure": "smeBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "201",
"measure": "foreignBidsFromEU",
"value": 6,
"relatedLot": "3"
},
{
"id": "202",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "203",
"measure": "electronicBids",
"value": 6,
"relatedLot": "3"
},
{
"id": "204",
"measure": "bids",
"value": 9,
"relatedLot": "1"
},
{
"id": "205",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "206",
"measure": "foreignBidsFromEU",
"value": 9,
"relatedLot": "1"
},
{
"id": "207",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "208",
"measure": "electronicBids",
"value": 9,
"relatedLot": "1"
}
]
}
}