Notice Information
Notice Title
Govan Partick Bridge
Notice Description
The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow
Lot Information
Lot 1
The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow. As part of the Waterfront and West End Innovation Quarter it is proposed to construct a new pedestrian/cycle bridge over the River Clyde between Water Row in Govan and Pointhouse Quay (Riverside Museum) in Partick. The construction of the new pedestrian and cycle bridge will re-establish the historic link between Govan and Partick. The proposed bridge will form an important link between communities, visitor attractions and institutions of national economic significance. It will form part of the active travel route connecting the University of Glasgow Gilmorehill Campus with the Queen Elizabeth University Hospital. The construction of the bridge is part of the wider Waterfront and West End Innovation Quarter Project being funded by the Glasgow City Region City Deal.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000612078
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380805
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45221113 - Footbridge construction work
Notice Value(s)
- Tender Value
- £15,000,000 £10M-£100M
- Lots Value
- £15,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20206 years ago
- Submission Deadline
- 10 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Linda O'Dell
- Contact Email
- linda.o'dell@glasgow.gov.uk
- Contact Phone
- +44 1412876437
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=FEB380805
Govan Partick Bridge - The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow
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-r6ebe6-0000612078-2020-02-13T00:00:00Z",
"date": "2020-02-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000612078",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"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": "Linda O'Dell",
"email": "linda.o'dell@glasgow.gov.uk",
"telephone": "+44 1412876437",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-36",
"name": "Glasgow Sherrif Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherrif Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 1, 23 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://www.glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-22"
},
"tender": {
"id": "GCC004481CPU",
"title": "Govan Partick Bridge",
"description": "The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45221113",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 15000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-04-10T12:00:00Z"
},
"documents": [
{
"id": "FEB380805",
"documentType": "contractNotice",
"title": "Govan Partick Bridge",
"description": "The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380805",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Water Row, Govan and Pointhouse Quay, Partick, Glasgow. As part of the Waterfront and West End Innovation Quarter it is proposed to construct a new pedestrian/cycle bridge over the River Clyde between Water Row in Govan and Pointhouse Quay (Riverside Museum) in Partick. The construction of the new pedestrian and cycle bridge will re-establish the historic link between Govan and Partick. The proposed bridge will form an important link between communities, visitor attractions and institutions of national economic significance. It will form part of the active travel route connecting the University of Glasgow Gilmorehill Campus with the Queen Elizabeth University Hospital. The construction of the bridge is part of the wider Waterfront and West End Innovation Quarter Project being funded by the Glasgow City Region City Deal.. 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": "active",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"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 10% 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": 480
},
"hasRenewal": false
}
],
"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"
],
"secondStage": {
"invitationDate": "2020-05-11T00:00:00Z"
},
"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 pre-tax profit over a 2 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 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 2 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.",
"minimum": "Glasgow City Council will provide OCIP cover which includes Insurance of the Works, Materials etc, Third Party Liability and Products Liability, Liability of Employer and Contractors Pollution Liability. Further information will be provided at ITT stage. The organisation/contractor shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Professional Indemnity Cover/indemnity is FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. The cover to be provided from the Contract Date until a minimum of 12 years after Completion or a termination certificate has been issued. The Contractor shall take out and maintain or cause to be taken out and maintained suitable Marine Hull and Marine Liability Insurances where a marine vessel is required in performance of its Services."
},
{
"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 in the Note below. The Council requires Bidders to demonstrate in their case studies the following: 1. A project where they have carried out works such as piling/sheet piling within a canal/river/tidal waters; 2. A project where they have constructed and installed a bridge over a Canal/river/tidal waters; 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, Subcontractor 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 subcontractors 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. NOTE - The Works The appointment of a lead contractor to construct a new pedestrian/cycle bridge over the River Clyde between Govan and Partick, Glasgow. The scope of the lead contractor's appointment shall include the following key aspects: -Safe demolition and sustainable removal of a section of quay wall and access stairs at Water Row, Govan. -Fabrication and erection of a new painted weathering steel cable stayed swing opening pedestrian/cycle bridge over the River Clyde and all associated works. - Construction of south approach and landing including construction of a reinforced concrete quay wall, earthworks (infilling), bridge approach ramps, retaining walls, drainage, public realm and landscaping works. - Construction of a sheet piled extension to Pointhouse Quay, a reinforced concrete retaining wall, north approaches including earthworks (infilling), bridge approach ramps, retaining walls, SUDS, public realm and landscaping works. - Obtaining and maintaining all necessary consents and approvals from the Local Authority, SEPA, Peel Port - Clydeport and conforming to conditions within the marine licence (Marine Scotland) at each stage of the project for the differing elements of the works. - Liaison with public and private utility companies. Management of utility diversions (including a Scottish Water CSO) and protection measures. - Liaison with other on-site contractors and provision of 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 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",
"description": "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. Details of certificates to be completed by the bidder such as non collusion, insurance mandate, FOI, Prompt Payment and tender amendments will be detailed in the ITP document. These templates will be contained in the buyers attachments area of PCST. The conditions of contract will be located within the buyers attachments area within the PCST at ITT stage. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 15611. 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: A summary of the expected community benefits has been provided as follows: Community benefits will be identified at ITT (Invitation to Tender) stage. A community benefits menu has been provided within the buyers attachment area within PCS-T. Please use the Community Benefits Menu to indicate the outcomes in which you have delivery experience and those which you anticipate may be deliverable through this contract. Please note, any information provided will be used for market research purposes only. Your response will not be considered or evaluated as part of your ESPD submission, but will be used to help identify and inform Community Benefits expectations for this project. (SC Ref:612078)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612078"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}