Notice Information
Notice Title
Lead Consultant/Design Team Services Provan Hall Restoration
Notice Description
Lead Consultant/Design Team Services Provan Hall Restoration
Lot Information
Lot 1
The appointment of Lead Consultant / Design Team to provide Professional Services at RIBA Stage 3-6, as required for major restoration works, fit-out of Category A listed buildings and Interpretation displays at Provan Hall, Auchinlea Park.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000540528
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403203
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79415200 - Design consultancy services
Notice Value(s)
- Tender Value
- £135,000 £100K-£500K
- Lots Value
- £135,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £149,795 £100K-£500K
Notice Dates
- Publication Date
- 23 Dec 20205 years ago
- Submission Deadline
- 22 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Sep 20187 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
- Louise Campbell
- Contact Email
- jordan.mcrae@glasgow.gov.uk, louise.campbell2@glasgow.gov.uk
- Contact Phone
- +44 1412762459, +44 1412879774
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=MAY319699
Lead Consultant/Design Team Services Provan Hall Restoration - Lead Consultant/Design Team Services Provan Hall Restoration -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403203
Lead Consultant/Design Team Services Provan Hall Restoration - Lead Consultant/Design Team Services Provan Hall Restoration
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-r6ebe6-0000540528-2020-12-23T00:00:00Z",
"date": "2020-12-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000540528",
"initiationType": "tender",
"parties": [
{
"id": "org-62",
"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": "Louise Campbell",
"email": "louise.campbell2@glasgow.gov.uk",
"telephone": "+44 1412879774",
"url": "http://www.publictendersscotland.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-33",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "Jordan.mcrae@glasgow.gov.uk",
"telephone": "+44 1412762459",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-49",
"name": "LDN Architects LLP",
"identifier": {
"legalName": "LDN Architects LLP"
},
"address": {
"streetAddress": "57-59 Bread Street",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH3 9AH"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-35",
"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"
},
"contactPoint": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-33"
},
"tender": {
"id": "GCC004595CPU",
"title": "Lead Consultant/Design Team Services Provan Hall Restoration",
"description": "Lead Consultant/Design Team Services Provan Hall Restoration",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79415200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 135000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-06-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-06-22T12:00:00Z"
},
"documents": [
{
"id": "MAY319699",
"documentType": "contractNotice",
"title": "Lead Consultant/Design Team Services Provan Hall Restoration",
"description": "Lead Consultant/Design Team Services Provan Hall Restoration",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319699",
"format": "text/html"
},
{
"id": "DEC403203",
"documentType": "awardNotice",
"title": "Lead Consultant/Design Team Services Provan Hall Restoration",
"description": "Lead Consultant/Design Team Services Provan Hall Restoration",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403203",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The appointment of Lead Consultant / Design Team to provide Professional Services at RIBA Stage 3-6, as required for major restoration works, fit-out of Category A listed buildings and Interpretation displays at Provan Hall, Auchinlea Park.",
"status": "complete",
"value": {
"amount": 135000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 960
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-06-22T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders must be Rias Conservation Accredited at Advanced Level."
},
{
"type": "economic",
"minimum": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength Financial requirements should be calculated on latest filed accounts with Company House Trading Performance Ratio An overall positive outcome on pre tax profit to Turnover over a 3 year period. Exceptional items can be excluded from the calculation. Balance Sheet Strength Net worth of the organisation must be positive Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in 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. All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section). Glasgow City Council's Insurance Requirements are: The organisation/consultant 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 (10,000,000 GBP) in respect of any one claim and unlimited in the period. The organisation/consultant shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period. Glasgow City Council's Professional Indemnity Insurance Requirements Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract. The standard requirement for Glasgow City Council is: 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 at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) 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 any organisation 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 lead organisation 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 response to this ITT that the specified insurance will be obtained"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "79415200",
"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
},
"language": "EN",
"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 Statements Document' uploaded to the buyers attachment area on PCS-T. 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 (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. 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. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. 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. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents 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 10784. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefits detailed within the Invitation To Tender document (SC Ref:532288) (SC Ref:558238)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000540528"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000540528"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "GCC004595CPU",
"suppliers": [
{
"id": "org-49",
"name": "LDN Architects LLP"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC004595CPU",
"awardID": "GCC004595CPU",
"status": "active",
"value": {
"amount": 149795,
"currency": "GBP"
},
"dateSigned": "2018-09-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "126",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "127",
"measure": "smeBids",
"value": 7,
"relatedLot": "1"
},
{
"id": "128",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "129",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "130",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}