Award

PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot

SCOTTISH POLICE AUTHORITY

This public procurement record has 3 releases in its history.

Award

27 Jan 2021 at 00:00

TenderUpdate

08 Sep 2020 at 00:00

Tender

17 Aug 2020 at 00:00

Summary of the contracting process

The Scottish Police Authority is currently engaged in a procurement process titled "PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot". This tender falls under the public order and safety industry category and is located in Glasgow, UK. The procurement method is an open procedure, with the contract awarded to GT3 Architects for a value of £55,680. The process has reached the Award stage, with the contract signed on 19 January 2021. The anticipated work programme will commence in Year 1, covering a six-month period, while Year 2 will depend on the successful implementation and availability of funding.

This tender presents a significant opportunity for businesses, particularly those specialising in architectural, design, or workspace optimisation services, to leverage their expertise in response to post-COVID-19 workplace needs. Given the focus on creating modern, flexible working environments, firms that can demonstrate strong design capabilities and experience in conducting workplace studies may find this project particularly suited to them. Additionally, small and medium enterprises with innovative approaches to workspace efficiency could greatly benefit from participating in this procurement.

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

PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot

Notice Description

Police Scotland's Estate Strategy (2019) provides a framework within which our estate will be planned to achieve our long-term Policing vision. A key component of this strategy is how "smarter working" and flexible working practices can be incorporated and adopted across the estate to create modern working environments that contribute to - the wellbeing of our people; improving morale; generating more efficient use of space allowing greater collaborative working; rationalisation of the Estate and potential generation of revenue/capital savings. This is particularly relevant in a post-Covid-19 climate and how workspaces now need to be designed for enhanced wellbeing of our officers and staff, as well as efficiency and effectiveness. Police Scotland and the Scottish Police Authority requires a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future for the Dalmarnock building and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.

Lot Information

Lot 1

Open Tender (OJEU) Contract Period: 1 year (+1 year)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000628245
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN405155
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - 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

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71210000 - Advisory architectural services

71240000 - Architectural, engineering and planning services

71315200 - Building consultancy services

79415200 - Design consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£55,680 Under £100K

Notice Dates

Publication Date
27 Jan 20215 years ago
Submission Deadline
18 Sep 2020Expired
Future Notice Date
Not specified
Award Date
19 Jan 20215 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
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
charlotte.reid@scotland.pnn.police.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
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
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

GT3 ARCHITECTS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392846
    PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot - The Scottish Police Authority and Police Scotland (hereafter referred to as "the Authority) require a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN405155
    PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot - Police Scotland's Estate Strategy (2019) provides a framework within which our estate will be planned to achieve our long-term Policing vision. A key component of this strategy is how "smarter working" and flexible working practices can be incorporated and adopted across the estate to create modern working environments that contribute to - the wellbeing of our people; improving morale; generating more efficient use of space allowing greater collaborative working; rationalisation of the Estate and potential generation of revenue/capital savings. This is particularly relevant in a post-Covid-19 climate and how workspaces now need to be designed for enhanced wellbeing of our officers and staff, as well as efficiency and effectiveness. Police Scotland and the Scottish Police Authority requires a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future for the Dalmarnock building and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.

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-r6ebe6-0000628245-2021-01-27T00:00:00Z",
    "date": "2021-01-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000628245",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-37",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-22",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-15",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-13",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-14",
            "name": "GT3 Architects",
            "identifier": {
                "legalName": "GT3 Architects"
            },
            "address": {
                "streetAddress": "TWO Jesmond Three Sixty",
                "locality": "Newcastle",
                "region": "UKC2",
                "postalCode": "NE2 1DB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-13"
    },
    "tender": {
        "id": "PROC 19 0325",
        "title": "PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot",
        "description": "Police Scotland's Estate Strategy (2019) provides a framework within which our estate will be planned to achieve our long-term Policing vision. A key component of this strategy is how \"smarter working\" and flexible working practices can be incorporated and adopted across the estate to create modern working environments that contribute to - the wellbeing of our people; improving morale; generating more efficient use of space allowing greater collaborative working; rationalisation of the Estate and potential generation of revenue/capital savings. This is particularly relevant in a post-Covid-19 climate and how workspaces now need to be designed for enhanced wellbeing of our officers and staff, as well as efficiency and effectiveness. Police Scotland and the Scottish Police Authority requires a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future for the Dalmarnock building and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71315200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79415200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-09-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-09-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG392846",
                "documentType": "contractNotice",
                "title": "PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot",
                "description": "The Scottish Police Authority and Police Scotland (hereafter referred to as \"the Authority) require a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392846",
                "format": "text/html"
            },
            {
                "id": "JAN405155",
                "documentType": "awardNotice",
                "title": "PROC 19 0325 - Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot",
                "description": "Police Scotland's Estate Strategy (2019) provides a framework within which our estate will be planned to achieve our long-term Policing vision. A key component of this strategy is how \"smarter working\" and flexible working practices can be incorporated and adopted across the estate to create modern working environments that contribute to - the wellbeing of our people; improving morale; generating more efficient use of space allowing greater collaborative working; rationalisation of the Estate and potential generation of revenue/capital savings. This is particularly relevant in a post-Covid-19 climate and how workspaces now need to be designed for enhanced wellbeing of our officers and staff, as well as efficiency and effectiveness. Police Scotland and the Scottish Police Authority requires a Contractor to conduct a capacity and utilisation study, taking into account the short, medium and longer-term impacts of Covid-19; create an effective space design for the future for the Dalmarnock building and implement delivery of a pilot workspace. It is anticipated that Year 1 of this contract will consisted of a c. six (6) month programme of work from the contract commencement date. It is intended that full implementation of the recommendation and design outputs from Year 1 shall inform the Year 2 programme of work. Year 2 programme of work shall form the option contract extension, this contract extension shall be activated at the sole discretion of the Authority and subject to budget availability.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN405155",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Open Tender (OJEU) Contract Period: 1 year (+1 year)",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2020-09-18T12:00:00Z",
            "address": {
                "streetAddress": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
            },
            "description": "via Public Contract Scotland Tender"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Key Performance Indicators and Contract Supplier Management conditions included in the ITT documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based, they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "description": "ESPD Question 4B5 Insurances It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Professional Indemnity Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. ESPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for: Dalmarnock Space Utilisation & Capacity Study, Design and Workplace Pilot Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-03-17T00:00:00Z"
            }
        },
        "classification": {
            "id": "71210000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-24",
                "description": "Extension of Deadline - as requested by potential bidders who have registered an interest.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-09-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-09-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2021-03-17T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2021-03-22T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-09-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-09-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "The appointed Contractor will be required to deliver the pilot within a six (6) month period during Year 1 of the contract. Should the pilot be successful and funding is available, the appointed Contractor will then be required to deliver recommendation and design outputs from the Pilot in full during Year 2 of the contract. Year 2 shall be optional should the pilot not be successful or funding is not available in 2021/22. (SC Ref:642343)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628245"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628245"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628245"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC 19 0325",
            "suppliers": [
                {
                    "id": "org-14",
                    "name": "GT3 Architects"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 19 0325",
            "awardID": "PROC 19 0325",
            "status": "active",
            "value": {
                "amount": 55680,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-19T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 162-395341"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "16",
                "measure": "bids",
                "value": 9,
                "relatedLot": "1"
            },
            {
                "id": "17",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "value": 9,
                "relatedLot": "1"
            }
        ]
    }
}