{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000568940-2020-03-16T00:00:00Z",
    "date": "2020-03-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000568940",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-44",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Euan Granger",
                "email": "euan.granger@glasgow.gov.uk",
                "telephone": "+44 1412878786",
                "faxNumber": "+44 1412879399",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "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-136",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "thomas.paterson@glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "faxNumber": "+44 1412879399",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "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"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-136"
    },
    "tender": {
        "id": "GCC004780CPU",
        "title": "Meat Market Infrastructure and Public Realm Works",
        "description": "Provision of Infrastructure and Public Realm Works at former Meat Market location in the Calton Ward area of Glasgow.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5700000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-02-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN342388",
                "documentType": "contractNotice",
                "title": "Meat Market Infrastructure and Public Realm Works",
                "description": "Provision of Infrastructure and Public Realm Works at former Meat Market location in the Calton Ward area of Glasgow.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342388",
                "format": "text/html"
            },
            {
                "id": "MAR383971",
                "documentType": "awardNotice",
                "title": "Meat Market Infrastructure and Public Realm Works",
                "description": "Provision of Infrastructure and Public Realm Works at former Meat Market location in the Calton Ward area of Glasgow.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383971",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Infrastructure and Public Realm contract will consist of the construction of new roads, street lighting, foul sewers, water mains, gas mains, electricity distribution including a new sub-station, telecommunications ducts and draw pits, high quality hard and soft landscaping, rain gardens, architectural feature lighting and street furniture. Sustainable Drainage System (SuDS) will form part of the works.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "value": {
                    "amount": 5700000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As detailed in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract will be governed by NEC3 Engineering and Construction conditions of contract. Full details of the conditions of contract will be set out within the Invitation to Tender. Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-04-01T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "As detailed in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T."
                },
                {
                    "type": "technical",
                    "description": "As detailed in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45230000",
            "scheme": "CPV"
        },
        "reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The contract duration is expected to be approximately 12 months with a defects period of 12 months from date of completion. Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T. Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: - Bidders should note that the council may require the successful contractor to enter into a performance bond or other such similar bond on the council's terms. This will be detailed at ITT stage. Collateral warranties may also be required. This will be detailed at ITT stage. Freedom of Information Act -- Information on the FOI Act will be contained in Appendix A of the ITT. Bidders 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 (NB the council does not bind itself to withhold this information). Bidders will be required to complete the FOI certificate at ITT stage. Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate at ITT stage. 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete a Non Collusion certificate at ITT stage. NEC3 conditions of contract will be used for this project.The conditions of contract will be located within the buyers attachments area within the PCS Tender portal at ITT stage. Insurance Mandate - The successful bidder will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. . Additional information pertaining to this contract notice is contained in the 'Invitation to Participate and Statements' document uploaded to the buyer's attachment area on PCS-T. Bidders must ensure they read this document in line with this contract notice. (SC Ref:618374)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568940"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568940"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004780CPU",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 013-025535"
        }
    ]
}