Notice Information
Notice Title
Provision of Works for Argyle Street East Public Realm Construction
Notice Description
Provision of Works for Argyle Street East Public Realm Construction
Lot Information
Lot 1
Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000809839
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539277
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £12,000,000 £10M-£100M
- Lots Value
- £12,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Sep 20255 months ago
- Submission Deadline
- 28 Oct 2025Expired
- 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
- Not specified
- Contact Email
- lesley.thomson2@glasgow.gov.uk
- Contact Phone
- +44 1412878637
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=SEP539277
Provision of Works for Argyle Street East Public Realm Construction - Provision of Works for Argyle Street East Public Realm Construction
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-r6ebe6-0000809839-2025-09-16T00:00:00Z",
"date": "2025-09-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000809839",
"initiationType": "tender",
"parties": [
{
"id": "org-68",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers, 40 John Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "Lesley.Thomson2@glasgow.gov.uk",
"telephone": "+44 1412878637",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-19",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-68"
},
"tender": {
"id": "GCC006463CPU",
"title": "Provision of Works for Argyle Street East Public Realm Construction",
"description": "Provision of Works for Argyle Street East Public Realm Construction",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 12000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2025-10-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-10-28T12:00:00Z"
},
"documents": [
{
"id": "SEP539277",
"documentType": "contractNotice",
"title": "Provision of Works for Argyle Street East Public Realm Construction",
"description": "Provision of Works for Argyle Street East Public Realm Construction",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539277",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"value": {
"amount": 12000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "fair work first",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-10-28T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "As specified in the Invitation to Tender document."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Selection criteria as stated in the procurement documents",
"minimum": "Selection criteria as stated in the procurement documents"
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents",
"minimum": "Selection criteria as stated in the procurement documents"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"reviewDetails": "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",
"description": "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 3) 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. 4) 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. 5) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal. 6) Bidders will be required to complete an FoI certificate. Information on the FOI Act is contained in Appendix A of the Invitation to Tender 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). 7) NEC4 conditions of contract will be used for this project. The conditions of contract can be located within the attachments area within the PCS Tender portal. 8) Request for documentation stage is not required - bidders must provide all information / required documentation as part of their submission. 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 ITT exercise. The Project code is 30110. 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: Community Benefits are as detailed in the Invitation to Tender document (SC Ref:809839)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000809839"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}