Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
steven.chandler@glasgow.gov.uk
Telephone
+44 1412876907
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Custom House/Carlton Place Multi-Disciplinary Design Services
Reference number
GCC004353CPU
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Multi-Disciplinary Design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,427,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71222000 - Architectural services for outdoor areas
- 71240000 - Architectural, engineering and planning services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
City of Glasgow
two.2.4) Description of the procurement
Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales.
The following areas are also included:
∙ Central Station Quay/Broomielaw Wharf
∙ Clyde Place Quay
∙ Tradeston Quay
two.2.5) Award criteria
Quality criterion - Name: Design Team Composition / Weighting: 10
Quality criterion - Name: Design Team Expertise / Weighting: 10
Quality criterion - Name: Design Collaboration, Innovation and Quality Assurance / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Communication / Weighting: 5
Quality criterion - Name: Public & Stakeholder Engagement / Weighting: 5
Quality criterion - Name: Commercial Acumen / Weighting: 5
Quality criterion - Name: Fair Work Practices / Weighting: 5
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 223-547406
Section five. Award of contract
Contract No
GCC004353CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2020
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hawkins Brown Design Limited
159 St John Street
London
EC1V 4QJ
Telephone
+44 2073368030
Country
United Kingdom
NUTS code
- UKM - SCOTLAND
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,427,000
Section six. Complementary information
six.3) Additional information
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: -
Collateral warranties may 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.
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 buyer’s 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 buyer’s 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.
Once the Evaluation of ESPD has been completed, the recommended Bidder(s) will be expected to provide all documentation as specified in the ESPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days/as stipulated in the request for documentation. Failure to provide this information within the specified time may result in your bid being rejected.
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:639903)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.