Contract

Custom House/Carlton Place Multi-Disciplinary Design Services

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2021/S 000-000444

Procurement identifier (OCID): ocds-h6vhtk-028910

Published 11 January 2021, 9:48am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

steven.chandler@glasgow.gov.uk

Telephone

+44 1412876907

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.glasgow.gov.uk

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

Email

helenwylie@hawkinsbrown.com

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

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

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.