Award

Custom House/Carlton Place Multi-Disciplinary Design Services

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

11 Jan 2021 at 00:00

Tender

15 Nov 2019 at 00:00

Summary of the contracting process

Glasgow City Council is conducting a public procurement for "Custom House/Carlton Place Multi-Disciplinary Design Services," aimed at providing multidisciplinary design services for the regeneration of the City Centre alongside the River Clyde in Glasgow. The contract, currently in the Award stage, has an estimated value of £3,427,000 and was signed on 16 December 2020. The procurement method employed is selective, following a restricted procedure, with the contract awarded to Hawkins Brown Design Limited after a competitive tendering process.

This tender presents significant opportunities for businesses specialising in design services, particularly those experienced in urban regeneration and landscape architecture. Firms that can demonstrate comprehensive expertise in multidisciplinary design and possess certifications in Quality Control, Health & Safety, and Environmental Management Standards will be well-positioned to compete. Additionally, companies that can meet the financial requirements and hold appropriate insurance are encouraged to engage in this tender, as it addresses a prominent development project that could lead to further contracts in the area.

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

Custom House/Carlton Place Multi-Disciplinary Design Services

Notice Description

Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde

Lot Information

Lot 1

Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales. The following areas are also included: Central Station Quay/Broomielaw Wharf Clyde Place Quay Tradeston Quay. 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-r6ebe6-0000603146
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403741
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71210000 - Advisory architectural services

71220000 - Architectural design services

71221000 - Architectural services for buildings

71222000 - Architectural services for outdoor areas

71240000 - Architectural, engineering and planning services

71530000 - Construction consultancy services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,427,000 £1M-£10M

Notice Dates

Publication Date
11 Jan 20215 years ago
Submission Deadline
16 Dec 2019Expired
Future Notice Date
Not specified
Award Date
16 Dec 20205 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
Denise Kyle
Contact Email
denise.kyle@ced.glasgow.gov.uk, steven.chandler@glasgow.gov.uk
Contact Phone
+44 1412876403, +44 1412876907

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

HAWKINS BROWN DESIGN

Further Information

Notice Documents

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-r6ebe6-0000603146-2021-01-11T00:00:00Z",
    "date": "2021-01-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000603146",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-39",
            "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": "steven.chandler@glasgow.gov.uk",
                "telephone": "+44 1412876907",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "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-32",
            "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": "Denise Kyle",
                "email": "denise.kyle@ced.glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-280",
            "name": "Hawkins Brown Design Limited",
            "identifier": {
                "legalName": "Hawkins Brown Design Limited"
            },
            "address": {
                "streetAddress": "159 St John Street",
                "locality": "London",
                "region": "UKM",
                "postalCode": "EC1V 4QJ"
            },
            "contactPoint": {
                "email": "helenwylie@hawkinsbrown.com",
                "telephone": "+44 2073368030"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-51",
            "name": "Glasgow Sheriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-32"
    },
    "tender": {
        "id": "GCC004353CPU",
        "title": "Custom House/Carlton Place Multi-Disciplinary Design Services",
        "description": "Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71530000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "City of Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-12-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV372290",
                "documentType": "contractNotice",
                "title": "Custom House/Carlton Place Multi-Disciplinary Design Services",
                "description": "Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372290",
                "format": "text/html"
            },
            {
                "id": "NOV372290-1",
                "title": "Appendix A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372290&idx=1",
                "datePublished": "2019-11-18T08:46:12Z",
                "dateModified": "2019-11-18T08:46:12Z",
                "format": "application/pdf"
            },
            {
                "id": "JAN403741",
                "documentType": "awardNotice",
                "title": "Custom House/Carlton Place Multi-Disciplinary Design Services",
                "description": "Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403741",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales. The following areas are also included: Central Station Quay/Broomielaw Wharf Clyde Place Quay Tradeston Quay. 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": 3000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As detailed in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2280
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Design Team Composition",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract will be governed by NEC3 Professional Services 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"
        ],
        "secondStage": {
            "invitationDate": "2020-02-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Financial Check In order to pass the Financial Check section of the contract it is mandatory for companies to attain the following: Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: - Minimum Turnover Applicants require a Minimum Turnover level of 3m GBP - Trading Performance Ratio An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. The above would be expressed in the ratio Pre-tax Profits/Turnover. - Balance Sheet Strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Asset figure. The above would be expressed in the ratio Total Assets/Total Liabilities. 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 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. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their three(3) most recent sets of annual audited accounts including profit and loss information. Any bidder who fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "minimum": "INSURANCES Glasgow City Council's Insurance Requirements are: - The Consultant/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. - The Consultant/organisation shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION (5,000,0000 GBP) POUNDS STERLING per occurrence and unlimited in the period - The Consultant/organisation shall take out and maintain throughout the period of their services a Marine Indemnity Insurance to a value no less than FIVE MILLION (5,000,000 GBP) POUNDS STERLING for each and every claim - The Consultant/organisation shall take out and maintain Professional Indemnity Insurance for a limit of not less than TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate with one reinstatement. Such Insurance shall extend to cover pollution and contamination claims and be maintained for TWELVE (12) years from the date of practical completion of the works save that such insurance shall be subject to annual aggregate insurance limits for claims relating to pollution or contamination and asbestos. 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. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the Council's express permission in writing. 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 expressing an interest then, the Bidder must certify in their response to this ESPD(S) that the specified insurance will be obtained prior to contract award, should they be invited to tender. Any bidder who fails to achieve or exceed the criteria as stated above will be excluded at this stage."
                },
                {
                    "type": "technical",
                    "description": "As detailed in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "71000000",
            "scheme": "CPV"
        },
        "reviewDetails": "Precise information on deadline(s) for review procedures: 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,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 223-547406"
        }
    ],
    "description": "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 and Statements' 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. If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: - Collateral warranties may be required. This will be detailed at ITT stage. 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. Bidders will be required to complete a Non Collusion certificate at ITT stage. NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the buyer's attachments area within the PCS Tender portal at ITT stage. Insurance Mandate - The successful bidder will be required to sign an Insurance Mandate, contained in the buyer's 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. Once the Evaluation of ESPD has been completed, the recommended Bidder(s) will be expected to provide all documentation as specified in the ESPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days/as stipulated in the request for documentation. Failure to provide this information within the specified time may result in your bid being rejected. Additional information pertaining to this contract notice is contained in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T. Bidders must ensure they read this document in line with this contract notice. (SC Ref:639903)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603146"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603146"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004353CPU",
            "suppliers": [
                {
                    "id": "org-280",
                    "name": "Hawkins Brown Design Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004353CPU",
            "awardID": "GCC004353CPU",
            "status": "active",
            "value": {
                "amount": 3427000,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "372",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "373",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "374",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "375",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "376",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}