Tender

Windmillcroft Quay Wall Construction and Landscaping Works

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

23 Feb 2023 at 00:00

Summary of the contracting process

The Glasgow City Council has issued a tender for the procurement of a Principal Contractor to undertake Windmillcroft Quay Wall Construction and Landscaping Works. The procurement method is selective, with a competitive procedure with negotiation. The tender deadline is set for 3rd April 2023. The works fall under the main procurement category of 'works', and the contractor will have to complete various tasks, including partial demolition, construction of a new quay wall, and the creation of a new public realm and soft landscaping in Glasgow.

This procurement opportunity by Glasgow City Council offers potential business growth for contractors well-versed in construction and landscaping projects. Companies specialising in works related to public realm development, quay wall construction, and landscaping are well-suited to compete in this selective tender process. The successful bidder will have the opportunity to engage in a project with a significant contract duration and demonstrate compliance with quality assurance, environmental management standards, and legal requirements specified in the tender documentation.

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

Windmillcroft Quay Wall Construction and Landscaping Works

Notice Description

Procurement of the Principal Contractor for works that will include partial demolition of existing quay wall, construction of new quay wall in front of existing wall along with creation of new public realm and soft landscaping.

Lot Information

Lot 1

Construction works to be undertaken by the Principal Contractor will include, but not limited to, the following main elements: 1) Site establishment and preparation - Undertaking professional visual pre-construction condition survey of the site and including adjacent third party assets such as Kingston Bridge Complex and private residential buildings, with a small number of internal property surveys. - Installing vibration and movement monitoring across site, including for third party assets such as the Kingston Bridge Complex and a private residential development facing the existing quay wall; establishing a baseline for vibration/movement of all assets included in scope - Erecting hoarding and creating site compound - Undertaking and seeking acceptance of any required methodology assessments prior to works commencing 2) Construction Works - Partial demolition of existing masonry perch wall to enable construction of new quay wall within the riverbed; retaining historic materials/features for re-use on site - Creation of new linear single-skin combi-wall frontage along the frontage of Windmillcroft Quay (c.350m), restraint is provided by three separate structural formations of:- a) Western and Eastern peripheries; the tie rod restraint system is restrained by discrete tubular piles. b) Standard wall formation; the tie rod restraint system is restrained by sheet pile anchor walls, and c) Cofferdam wall formation; low-level tie rod and high-level strut reach across and hold together the waterfront wall and a mirroring full height wall to the landward side (including end closure walls). - Creation of new public realm above new quay wall creation, comprising a mix of hard and soft landscaping that includes street lighting, segregated cycleway, street furniture and amenity features - Reinstatement of private landscaped gardens, including use of historical features reclaimed from the existing quay wall 3 Defects - 2 year defects period, during which undertaking of surveys to monitor performance of new structure within the river. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000719160
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB472029
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
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45112700 - Landscaping work

45233162 - Cycle path construction work

45233262 - Pedestrian zone construction work

45240000 - Construction work for water projects

45241100 - Quay construction work

45243600 - Quay wall construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 20233 years ago
Submission Deadline
3 Apr 2023Expired
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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Jim Rankin
Contact Email
jim.rankin@glasgow.gov.uk
Contact Phone
+44 1412874181

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

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-r6ebe6-0000719160-2023-02-23T00:00:00Z",
    "date": "2023-02-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000719160",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-19",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, 40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Jim Rankin",
                "email": "jim.rankin@glasgow.gov.uk",
                "telephone": "+44 1412874181",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-20",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-19"
    },
    "tender": {
        "id": "GCC005085CPU",
        "title": "Windmillcroft Quay Wall Construction and Landscaping Works",
        "description": "Procurement of the Principal Contractor for works that will include partial demolition of existing quay wall, construction of new quay wall in front of existing wall along with creation of new public realm and soft landscaping.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45241100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233262",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112700",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow City"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-04-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB472029",
                "documentType": "contractNotice",
                "title": "Windmillcroft Quay Wall Construction and Landscaping Works",
                "description": "Procurement of the Principal Contractor for works that will include partial demolition of existing quay wall, construction of new quay wall in front of existing wall along with creation of new public realm and soft landscaping.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB472029",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Construction works to be undertaken by the Principal Contractor will include, but not limited to, the following main elements: 1) Site establishment and preparation - Undertaking professional visual pre-construction condition survey of the site and including adjacent third party assets such as Kingston Bridge Complex and private residential buildings, with a small number of internal property surveys. - Installing vibration and movement monitoring across site, including for third party assets such as the Kingston Bridge Complex and a private residential development facing the existing quay wall; establishing a baseline for vibration/movement of all assets included in scope - Erecting hoarding and creating site compound - Undertaking and seeking acceptance of any required methodology assessments prior to works commencing 2) Construction Works - Partial demolition of existing masonry perch wall to enable construction of new quay wall within the riverbed; retaining historic materials/features for re-use on site - Creation of new linear single-skin combi-wall frontage along the frontage of Windmillcroft Quay (c.350m), restraint is provided by three separate structural formations of:- a) Western and Eastern peripheries; the tie rod restraint system is restrained by discrete tubular piles. b) Standard wall formation; the tie rod restraint system is restrained by sheet pile anchor walls, and c) Cofferdam wall formation; low-level tie rod and high-level strut reach across and hold together the waterfront wall and a mirroring full height wall to the landward side (including end closure walls). - Creation of new public realm above new quay wall creation, comprising a mix of hard and soft landscaping that includes street lighting, segregated cycleway, street furniture and amenity features - Reinstatement of private landscaped gardens, including use of historical features reclaimed from the existing quay wall 3 Defects - 2 year defects period, during which undertaking of surveys to monitor performance of new structure within the river. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 4 highest scoring bidders will be invited to tender, where 4 bidders can be identified as having met the minimum criteria for consideration. Where there is a score differential of less than 2% between the fourth placed bidder and subsequent ranking bidders, those lower ranking bidders will also be shortlisted and invited to tender, up to a maximum of 6 bidders in total. Only if there is a tie at 6 bidders will more than 6 bidders be invited to tender as all the tied bidders will be invited to tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 630
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As specified in the Invitation to Tender"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "noNegotiationNecessary": true,
            "invitationDate": "2023-06-01T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45243600",
            "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 Sheriff 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": "2022/S 000-028453"
        }
    ],
    "description": "At the SPD stage:- 1) 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 SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. 2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD statements document titled \"GCC005085CPU SPD Statements\". Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 7 below) and will be requested only of the preferred bidder. The submission of this evidence is mandatory and will be evaluated as a pass / fail. 3) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the Invitation to Participate document. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: - 4) Collateral warranties may be required. This will be detailed at ITT stage. 5) Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to their offer. Bidders will be required to complete the tenderers amendment certificate contained in the attachment area within PCS Tender portal. 6) 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 subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal. 7) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal. 8) Bidders will be required to complete an FoI certificate at ITT stage (as well as SPD stage as detailed in item 3 above). 9) NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the attachments area within the PCS Tender portal at ITT stage. 10) Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 3 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23340. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: As detailed in the Invitation to Tender. (SC Ref:719160)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000719160"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}