Award

GCC004590CPU - M8 Pedestrian Footbridge - Sighthill

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

27 Aug 2020 at 00:00

Tender

20 Aug 2018 at 00:00

Summary of the contracting process

Glasgow City Council is overseeing a public procurement process for the project titled "GCC004590CPU - M8 Pedestrian Footbridge - Sighthill". This contract, categorised under "works", involves the demolition of an existing footbridge and the construction of a new footbridge over the M8 motorway in Glasgow. The procurement method is a selective restricted procedure, and the project is currently in the award stage following the completion of the tender evaluation. The value of the contract is approximately £18,468,806, with the contract signed on 31 January 2020, and a completion period estimated to last around 14 months, along with a defects period of two years and a subsequent five-year maintenance period for landscaping.

This tender presents significant growth opportunities for construction firms experienced in large-scale engineering projects, especially those focusing on bridge construction, demolition, and environmental management. Businesses that have a track record in managing projects involving live traffic environments, utility diversions, and sustainable construction practices would be particularly well-suited to submit bids. Given the scale and complexity of the project, firms with robust financial standing, relevant case studies, and proven safety compliance are encouraged to participate in future procurement opportunities associated with this project.

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

GCC004590CPU - M8 Pedestrian Footbridge - Sighthill

Notice Description

Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

Lot Information

Lot 1

The appointment of a lead contractor to construct a new pedestrian footbridge over the M8 motorway, Glasgow. The scope of the lead contractor's appointment shall include the following key aspects: - Safe demolition and sustainable removal of the existing footbridge over M8. - Safe demolition and sustainable removal of the existing high mast motorway lighting column/base and the safe construction and installation of two new high mast lighting columns/bases. - Fabrication and erection of a new weathered steel footbridge over the M8 and all associated works. - Construction of south approaches including earthworks, bridge approach ramps, retaining walls, drainage with SUDS, public realm and landscaping works. - Construction of north approaches including earthworks, bridge approach ramps, retaining walls, SUDS, public realm and landscaping works. - Obtaining and maintaining all necessary consents and approvals from the Local Authority, Transport Scotland and their agent Transerv at each stage of the project for the differing elements of traffic management. - Liaison with public utility companies. Management of utility diversions and protection measures, in particular on a live motorway environment. - Liaison with other on-site Contractors and provide all necessary project management in performance of the works including cost control, change and risk management and performance against the programme as well as appropriate consideration of sustainability and environmental management. Further information can be found within the Invitation to Participate document.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000543560
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393441
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45221113 - Footbridge construction work

Notice Value(s)

Tender Value
£19,000,000 £10M-£100M
Lots Value
£19,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£18,468,806 £10M-£100M

Notice Dates

Publication Date
27 Aug 20205 years ago
Submission Deadline
26 Sep 2018Expired
Future Notice Date
Not specified
Award Date
31 Jan 20206 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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Raji Purba
Contact Email
david.hart@glasgow.gov.uk, raji.purba@glasgow.gov.uk
Contact Phone
+44 1412872000

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

Supplier Information

Number of Suppliers
1
Supplier Name

BAM NUTTALL

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328951
    GCC004590CPU - M8 Pedestrian Footbridge - Sighthill - Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393441
    GCC004590CPU - M8 Pedestrian Footbridge - Sighthill - Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

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-r6ebe6-0000543560-2020-08-27T00:00:00Z",
    "date": "2020-08-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000543560",
    "initiationType": "tender",
    "parties": [
        {
            "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": {
                "name": "Raji Purba",
                "email": "raji.purba@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "faxNumber": "+44 1412879399",
                "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-18",
            "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": "david.hart@glasgow.gov.uk",
                "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-19",
            "name": "BAM Nuttall Ltd",
            "identifier": {
                "legalName": "BAM Nuttall Ltd"
            },
            "address": {
                "streetAddress": "Glasgow Road Kilsyth",
                "locality": "KIlsyth",
                "region": "UK",
                "postalCode": "G65 9BL"
            },
            "contactPoint": {
                "telephone": "+44 1236467050",
                "faxNumber": "+44 1236467072"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-20",
            "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": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-18"
    },
    "tender": {
        "id": "GCC004590CPU",
        "title": "GCC004590CPU - M8 Pedestrian Footbridge - Sighthill",
        "description": "Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221113",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow - North Wallace Street (Pedestrian footbridge over the M8 Motorway)"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 19000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-09-26T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG328951",
                "documentType": "contractNotice",
                "title": "GCC004590CPU - M8 Pedestrian Footbridge - Sighthill",
                "description": "Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG328951",
                "format": "text/html"
            },
            {
                "id": "AUG393441",
                "documentType": "awardNotice",
                "title": "GCC004590CPU - M8 Pedestrian Footbridge - Sighthill",
                "description": "Glasgow City Council invites bids for the demolition of an existing footbridge and construction of a new footbridge over the M8 motorway, Glasgow along with all associated works. This requirement is not divided into lots due to the nature of the project. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393441",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The appointment of a lead contractor to construct a new pedestrian footbridge over the M8 motorway, Glasgow. The scope of the lead contractor's appointment shall include the following key aspects: - Safe demolition and sustainable removal of the existing footbridge over M8. - Safe demolition and sustainable removal of the existing high mast motorway lighting column/base and the safe construction and installation of two new high mast lighting columns/bases. - Fabrication and erection of a new weathered steel footbridge over the M8 and all associated works. - Construction of south approaches including earthworks, bridge approach ramps, retaining walls, drainage with SUDS, public realm and landscaping works. - Construction of north approaches including earthworks, bridge approach ramps, retaining walls, SUDS, public realm and landscaping works. - Obtaining and maintaining all necessary consents and approvals from the Local Authority, Transport Scotland and their agent Transerv at each stage of the project for the differing elements of traffic management. - Liaison with public utility companies. Management of utility diversions and protection measures, in particular on a live motorway environment. - Liaison with other on-site Contractors and provide all necessary project management in performance of the works including cost control, change and risk management and performance against the programme as well as appropriate consideration of sustainability and environmental management. Further information can be found within the Invitation to Participate document.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 19000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "description": "This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. We will apply a two stage process: Stage 1 - Pre-Qualification via the ESPD (Scotland). The ESPD asks general questions; when completing, bidders must have regard for the statements in this OJEU Notice that detail specific requirements. Bidders must: a) Pass the minimum standards in ESPD Sections 4B and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Section III of this Notice. For further instructions, please refer to the Invitation to Participate document attached to this project in PCS-T. b) Complete the scored ESPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice. Section 4C will be scored as per the scoring methodology detailed in section III.1.3 and within the Invitation to Participate document. The five highest scoring bidders will be invited to submit a tender. Where there is a score differential of less than 2% between the fifth placed bidder and subsequent lower ranking bidders, those lower ranking bidders will also be shortlisted and invited to tender, up to a maximum of 7 bidders in total. Only if there is a tie at 7 bidders will more than 7 bidders be invited to tender as all the tied bidders will be invited to tender. Scored ESPD Section 4C question weighting: 4C.1 - 3 Project Examples - 100% (33.33% per example) Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 420
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Design and Management Methods",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract will be governed by NEC3 Engineering and Construction conditions of contract. Full details of the conditions of contract will be set out within the Invitation to Tender. Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-01-07T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not Applicable"
                },
                {
                    "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 twice contract value - 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 Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios. 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. Bidders 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. Bidders 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 Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
                    "minimum": "Employer's Liability The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Professional Indemnity The organisation shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Please refer to the Invitation to Participate document for further information on insurances."
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide three case studies giving examples of works carried out in the past ten years that demonstrate they have the relevant experience of delivering works similar in size, scope and scale to that described in section II.2.4 of the Contract Notice and the Minimum level(s) of standards required below. The Council requires bidders to demonstrate in their case studies the following: 1. a project where they have demolished a bridge over a live road environment; 2. a project where they have constructed and installed a bridge over a live road environment; and 3. a project (not restricted to bridge construction / installation) demonstrating experience of steel fabrication/erection or equivalent in a large scale engineering project. At least two of the case studies noted above should be works delivered for public authorities. Each case study is worth 33.33% of the total marks of this question. Bidders should also note that a minimum threshold score of 50% is required to be achieved overall in this question, in order to proceed to ITT stage (in-line with the guidance provided within section II.2.9 of the Contract Notice). Each case study, as required above, must also provide the following detail: - Name of project with brief description and duration, including start and end dates (month/ year) it was carried out, your role in the project (i.e. Lead, Joint Venture, Sub-contractor etc.) - Name of Client - Name of contact within the Client's organisation and their contact details, who may be contacted for further information - Brief description of whether, or not, the project was completed on time and within budget - Value of the Project (Your specific element of the works), and - Key roles of any sub-contractors Each case study shall be a maximum 3 sides of A4 - Ariel font 11. Images can be provided for the case studies over and above the page limit. Where a case study exceeds the maximum number of pages indicated, no account will be taken of text beyond the Maximum page limit.",
                    "minimum": "The appointment of a lead contractor to construct a new pedestrian footbridge over the M8 motorway, Glasgow. The scope of the lead contractor's appointment shall include the following key aspects: - Safe demolition and sustainable removal of the existing footbridge over M8. - Safe demolition and sustainable removal of the existing high mast motorway lighting column/base and the safe construction and installation of two new high mast lighting columns/bases. - Fabrication and erection of a new weathered steel footbridge over the M8 and all associated works. - Construction of south approaches including earthworks, bridge approach ramps, retaining walls, drainage with SUDS, public realm and landscaping works. - Construction of north approaches including earthworks, bridge approach ramps, retaining walls, SUDS, public realm and landscaping works. - Obtaining and maintaining all necessary consents and approvals from the Local Authority, Transport Scotland and their agent Transerv at each stage of the project for the differing elements of traffic management. - Liaison with public utility companies. Management of utility diversions and protection measures, in particular on a live motorway environment. - Liaison with other on-site Contractors and provide all necessary project management in performance of the works including cost control, change and risk management and performance against the programme as well as appropriate consideration of sustainability and environmental management. Further works information can be found within Section 3 of the Invitation to Participate document."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45221113",
            "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 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 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,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The contract duration is expected to be approximately 14 months with a defects period of 2 years from the date of completion. There will also be a soft landscaping maintenance period of 5 years from the date of completion. Bidders should note that the council may require the successful contractor to enter into a performance bond or other such similar bond on the council's terms. Collateral warranties may also be required. The council may decide to operate a mandatory Project Bank Account (PBA), a project specific account ring fenced with effective Trust status, for payment of the contractor and his supply chain. More information will be provided at ITT stage. Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders 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 '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. Bidders 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 will be contained in Appendix A of the ITT. Bidders 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). Bidders will be required to complete the FOI certificate at ITT stage. Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate at ITT stage. 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. Non Collusion -- Bidders will be required to complete the Non Collusion certificate. Insurance Mandate - The successful bidder 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. The conditions of contract will be located within the buyers attachments area within the PCS Tender portal at ITT stage. Additional information pertaining to this contract notice is contained in the Invitation to Participate document. Bidders must ensure they read this document in line with this contract notice. (SC Ref:614647)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543560"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543560"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004590CPU",
            "suppliers": [
                {
                    "id": "org-19",
                    "name": "BAM Nuttall Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004590CPU",
            "awardID": "GCC004590CPU",
            "status": "active",
            "value": {
                "amount": 18468806,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-31T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 161-367674"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "26",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "27",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "28",
                "measure": "foreignBidsFromEU",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "29",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "30",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}