Award

Clyde Tunnel Communication Services

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Glasgow City Council has initiated an open tender process, titled "Clyde Tunnel Communication Services," seeking professional consultancy services for critical safety and infrastructure upgrades within the Clyde Tunnel, located in the UKM82 region of Glasgow. The project's scope includes the design and supervision of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems, aimed at improving tunnel safety and communication during emergencies. The tender, part of the public services category, began its submission window on 27th November 2025 and closes on 15th January 2026, with the award process commencing on that same day. A budget of £120,000 has been earmarked for this project, and electronic submissions are required for consideration.

This tender presents a significant opportunity for businesses specialising in consultancy services related to traffic management and communication systems within transportation infrastructure. Companies with expertise in dynamic traffic signs, emergency communication systems, and SCADA system integration will find this project particularly well-suited to their capabilities. The strategic importance of the Clyde Tunnel, serving approximately 65,000 vehicles daily, emphasizes the need for technological innovation and reliability that can foster business growth and improve safety standards. Organisations that meet Glasgow City Council's financial and technical selection criteria, including the relevant insurance requirements, stand to gain not only from the commercial reward but also from contributing towards community benefits embedded in the procurement process.

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

Clyde Tunnel Communication Services

Notice Description

Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.

Lot Information

Lot 1

The council invites tender bids for the provision of professional services to support the design and supervision of key systems for the Clyde Tunnel. This includes the design and oversight of the installation of a Video Management System (VMS), Public Address and Voice Alarm (PAVA), and radio re-broadcast systems. These systems must be fully integrated with the tunnel's existing Supervisory Control and Data Acquisition (SCADA) system, which features the SIDERA Open Platform, an advanced traffic management software used by transportation management centres to monitor and control roadside equipment and respond to incidents. The contract will cover the full lifecycle of the project, which is structured into four stages: design, works procurement, Supervision of the installation, and Maintenance period support. The appointed consultant will be responsible for the system design and the preparation of tender documentation. The services under this contract will be required until the end of the works maintenance period, which will last for two years following the completion of construction. In addition to the core scope, the tender also includes a separate design exercise for the electrical remediation of pumprooms located within six pedestrian underpasses on the approaches to the Clyde Tunnel. This element is to address apparatus currently in poor condition and must be developed in coordination with the wider tunnel systems design.. 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

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000815509
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550047
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71311210 - Highways consultancy services

71311300 - Infrastructure works consultancy services

Notice Value(s)

Tender Value
£120,000 £100K-£500K
Lots Value
£120,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Feb 20263 days ago
Submission Deadline
15 Jan 2026Expired
Future Notice Date
Not specified
Award Date
20 Feb 20263 days ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Unsuccessful
Lots Status
Unsuccessful
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Niall Milroy
Contact Email
niall.milroy@glasgow.gov.uk
Contact Phone
+44 1412876423

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=NOV544405
    Clyde Tunnel Communication Services - Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550047
    Clyde Tunnel Communication Services - Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.

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-r6ebe6-0000815509-2026-02-20T00:00:00Z",
    "date": "2026-02-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000815509",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-27",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Niall Milroy",
                "email": "Niall.Milroy@glasgow.gov.uk",
                "telephone": "+44 1412876423",
                "url": "https://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-28",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-63",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Niall Milroy",
                "email": "Niall.Milroy@glasgow.gov.uk",
                "telephone": "+44 1412876423",
                "url": "http://"
            },
            "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-33",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-63"
    },
    "tender": {
        "id": "GCC006399CPU",
        "title": "Clyde Tunnel Communication Services",
        "description": "Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.",
        "status": "unsuccessful",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311210",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 120000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-01-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV544405",
                "documentType": "contractNotice",
                "title": "Clyde Tunnel Communication Services",
                "description": "Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544405",
                "format": "text/html"
            },
            {
                "id": "FEB550047",
                "documentType": "awardNotice",
                "title": "Clyde Tunnel Communication Services",
                "description": "Glasgow City Council requires the appointment of a suitably qualified and experienced consultant to undertake the design and supervision of critical safety and infrastructure upgrades within the Clyde Tunnel. The scope of this commission includes the design and oversight of the installation of Variable Messaging Signs (VMS), Public Address Voice Alarm (PAVA) systems, and Radio Re-broadcast systems. These systems are essential to enhancing tunnel safety by enabling effective communication with the public and emergency services during incidents. In addition to the above, the commission includes electrical remediation works for the Clyde Tunnel Approach Underpasses Pump Rooms.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550047",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council invites tender bids for the provision of professional services to support the design and supervision of key systems for the Clyde Tunnel. This includes the design and oversight of the installation of a Video Management System (VMS), Public Address and Voice Alarm (PAVA), and radio re-broadcast systems. These systems must be fully integrated with the tunnel's existing Supervisory Control and Data Acquisition (SCADA) system, which features the SIDERA Open Platform, an advanced traffic management software used by transportation management centres to monitor and control roadside equipment and respond to incidents. The contract will cover the full lifecycle of the project, which is structured into four stages: design, works procurement, Supervision of the installation, and Maintenance period support. The appointed consultant will be responsible for the system design and the preparation of tender documentation. The services under this contract will be required until the end of the works maintenance period, which will last for two years following the completion of construction. In addition to the core scope, the tender also includes a separate design exercise for the electrical remediation of pumprooms located within six pedestrian underpasses on the approaches to the Clyde Tunnel. This element is to address apparatus currently in poor condition and must be developed in coordination with the wider tunnel systems design.. 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": "unsuccessful",
                "value": {
                    "amount": 120000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1110
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2026-01-15T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on pre tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover. Balance Sheet Strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in 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. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
                    "minimum": "Glasgow City Council's insurance requirements are: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 12 years on completion of their service, Professional Indemnity insurance to the value of a minimum TWO MILLION (2,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Confirmation of Insurances The Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract. If the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process. All successful Bidders will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the successful Bidder's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from the successful Bidders at any point during the contract period."
                },
                {
                    "type": "technical",
                    "description": "4C.1 SPD Question Please provide 2 relevant examples of supplies and/or services carried out during the last Five years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) The Clyde Tunnel is a critical transport link connecting north and south Glasgow, with approximately 65,000 vehicles passing through daily. It plays a vital role in the transport infrastructure of both Glasgow and the wider West of Scotland. We are seeking to understand the expertise your company can bring to this project, specifically in relation to traffic communications for a tunnel or road of comparable scale and strategic importance. Your response should include, but not be limited to: - Experience with emergency traffic communication systems - Implementation and management of dynamic traffic signs - Any other relevant traffic communication technologies or systems Please ensure your examples demonstrate the scope, complexity, and outcomes of the work carried out, and highlight how this experience is applicable to the Clyde Tunnel project",
                    "minimum": "Bidders must score a minimum of 60% combined score for Question(s) 4C1. Any Bidder who fails to achieve the minimum points score for any question will be disqualified."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "71311000",
            "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 bidders 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
    },
    "language": "EN",
    "description": "The contracting authority has decided not to award a contract as all valid tenders exceeded the available budget. The requirement will be reviewed and may be re-tendered subject to funding approval. (SC Ref:824319)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815509"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815509"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "GCC006399",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        }
    ]
}