Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Lauren Leitch
Telephone
+44 1415484310
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=AA00113
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Design and Construction of the TIC East and West Buildings
Reference number
UOS-22075-2021
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The TIC Zone Development project occupies a key role in cultivating and nurturing Scotland’s innovation community, helping bring together researchers, academic administrators, entrepreneurs, public and private investors, and many other key stakeholders.
Central to Strathclyde University’s Innovation Strategy is the goal to escalate the impact and reach of the innovation eco-system by creating new centres of expertise. The objectives of this particular project revolve around the further development of this eco-system based on “open innovation” by delivering facilities that will catalyse an Innovation District in the centre of Glasgow anchored by the University.
This will accelerate the impact of creativity and new ideas by crystallising an exciting, co-located community of industry, investors, and academics that will support the growth of six new clusters – Quantum, Space, 5G, Health Technology, Industrial Informatics and FinTech, as well as the three existing cluster groups – Energy, Pharmaceutical Manufacturing, and Enabling Technologies.
It is anticipated that the TIC Zone Development may comprise of two new stand-alone buildings either side of the existing TIC Building (TIC Central) that will accommodate a range of collaborative research facilities at the heart of Scotland’s first Innovation District. At 20,000 sqm gross internal area, TIC East is located on High Street, College Street and Shuttle Street. At 10,000 sqm gross internal area, TIC West is located on Ingram Street and Albion Street, south of the Inovo building.
The University is currently exploring the option of accommodating TIC West within the existing estate by means of refurbishment of an existing building.
To ensure that this option is captured in this procurement process the University have set the following Lot structure.
Lot 1- Design and Construction of a new build TIC East and TIC West
Lot 2- Design and Construction of a new build TIC East
Lot 3- Design and Refurbishment of TIC West
The University reserves the right at any time during the Procurement, to
(i) Change the basis of or the procedures for the Procurement;
(ii) Amend, clarify, add to, or withdraw, all, or any part of the Procurement;
(iii) Vary any timetable or deadline set-out in the Procurement documents; or
(iv) Cancel all or part of the Procurement;
(v) Award one or more Lots, or no Lots
The University reserves the right to award a contract on the basis of initial tenders without negotiation.
two.1.5) Estimated total value
Value excluding VAT: £105,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Design and Construction of a new build TIC East and TIC West
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45213100 - Construction work for commercial buildings
- 45214400 - Construction work for university buildings
- 45214610 - Laboratory building construction work
- 45214600 - Construction work for research buildings
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
It is anticipated that the TIC Zone Development may comprise of two new stand-alone buildings either side of the existing TIC Building (TIC Central) that will accommodate a range of collaborative research facilities at the heart of Scotland’s first Innovation District. At 20,000 sqm gross internal area, TIC East is located on High Street, College Street and Shuttle Street. At 10,000 sqm gross internal area, TIC West is located on Ingram Street and Albion Street, south of the Inovo building.
Glasgow City Innovation District (GCID) by definition, seeks to provide innovative solutions to the climate emergency. The University has already set out a plan to engage with this challenge and to create a Climate Neutral Innovation District working and collaborating with 15 other local and national stakeholders to create a 100% renewable energy, transport, adaptation, and wellbeing district. The university considers Passivhaus buildings to be one element of this plan, and this project will deliver two buildings, designed, constructed, and certified to Passivhaus standard that will provide high levels of occupant comfort while using very little energy for heating and cooling.
Glasgow City Innovation District is a hub for entrepreneurship, innovation, and collaboration, and is transforming the way academia, business, industry, and the city collaborate to bring competitive advantage to Scotland. The model – which is recognised for improving productivity, creating jobs, and attracting inward investment in several cities around the globe – brings together researchers and high-growth firms with technology and creative start-ups, to work side-by-side in vibrant, walkable innovation communities.
This design to date has been informed by Stakeholder Consultation and brief development in order to understand the particular requirements of the many users involved with the facility. In essence, this facility is about creating an open and collaborative environment where knowledge and creativity can be shared. The buildings should encourage the merging of physical, networking, and economic assets – all working together to create an innovation ecosystem that facilitates idea generation and accelerates commercialisation.
It is the University’s intention to utilise the NEC4 ECC Option A- Priced Contract with activity schedule as supplemented and amended by the University’s Z Clauses- Additional conditions of contract. The Z Clauses will be made available at Stage 2. This contract will be a design and build contract.
The contract will be a two stage Design and Build with Stage 1 including a pre-construction services agreement whereby the contractor shall provide the services in respect of design, construction methodology and determining the tendering for works packages. Stage 2 of the Design and Build process will comprise of a building contract.
It is anticipated that TIC East will be delivered first with TIC West following.
Please refer to the procurement documents contained within PCS-T for additional details of the requirement, these should be referred to when answering the SPD, particularly in relation to technical and professional ability.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £105,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The University are intend to contract under the NEC4 ECC Option A standard form contract with amendments, this contract allows for compensation events in certain circumstances as detailed within the tender documents. Certain situations may have the effect of extending this contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The envisaged number of Candidates to be invited to Stage 2 is 5. However the University reserves the right to invite more than 5 Candidates to tender where the University considers this necessary to ensure sufficient competition and equal treatment of Candidates, or in the event that any Candidate progresses from the Qualification Envelope and the Final Technical Envelope score is within 1% of the fifth ranked score. Additionally where candidates do not meet the minimum requirements the University reserves the right to progress with less than 5 candidates.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
n line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
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
The stages of this CPN are a Call for Competition- Invitation to Participate (Stage 1); Invitation to Tender (Initial Stage 2); Negotiation - if deemed necessary, the University reserve the right to negotiate on the based on Tender Submission for Initial Stage 2 ( Negotiation Stage 3); Invitation to Tender (Final Stage 4)
two.2) Description
two.2.1) Title
Design and Construction of a new build TIC East
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45213100 - Construction work for commercial buildings
- 45214400 - Construction work for university buildings
- 45214610 - Laboratory building construction work
- 45214600 - Construction work for research buildings
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
It is anticipated that the TIC Zone Development may comprise of a new stand-alone building next to the existing TIC Building (TIC Central) that will accommodate a range of collaborative research facilities at the heart of Scotland’s first Innovation District. At 20,000 sqm gross internal area, TIC East is located on High Street, College Street and Shuttle Street.
Glasgow City Innovation District (GCID) by definition, seeks to provide innovative solutions to the climate emergency. The University has already set out a plan to engage with this challenge and to create a Climate Neutral Innovation District working and collaborating with 15 other local and national stakeholders to create a 100% renewable energy, transport, adaptation, and wellbeing district. The university considers Passivhaus buildings to be one element of this plan, and this project will deliver a building, designed, constructed, and certified to Passivhaus standard that will provide high levels of occupant comfort while using very little energy for heating and cooling.
Glasgow City Innovation District is a hub for entrepreneurship, innovation, and collaboration, and is transforming the way academia, business, industry, and the city collaborate to bring competitive advantage to Scotland. The model – which is recognised for improving productivity, creating jobs, and attracting inward investment in several cities around the globe – brings together researchers and high-growth firms with technology and creative start-ups, to work side-by-side in vibrant, walkable innovation communities.
This design to date has been informed by Stakeholder Consultation and brief development in order to understand the particular requirements of the many users involved with the facility. In essence, this facility is about creating an open and collaborative environment where knowledge and creativity can be shared. The building should encourage the merging of physical, networking, and economic assets – all working together to create an innovation ecosystem that facilitates idea generation and accelerates commercialisation.
It is the University’s intention to utilise the NEC4 ECC Option A- Priced Contract with activity schedule as supplemented and amended by the University’s Z Clauses- Additional conditions of contract. The Z Clauses will be made available at Stage 2. This contract will be a design and build contract.
The contract will be a two stage Design and Build with Stage 1 including a pre-construction services agreement whereby the contractor shall provide the services in respect of design, construction methodology and determining the tendering for works packages. Stage 2 of the Design and Build process will comprise of a building contract.
Please refer to the procurement documents contained within PCS-T for additional details of the requirement, these should be referred to when answering the SPD, particularly in relation to technical and professional ability.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £65,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The University are intend to contract under the NEC4 ECC Option A standard form contract with amendments, this contract allows for compensation events in certain circumstances as detailed within the tender documents. Certain situations may have the effect of extending this contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The envisaged number of Candidates to be invited to Stage 2 is 5. However the University reserves the right to invite more than 5 Candidates to tender where the University considers this necessary to ensure sufficient competition and equal treatment of Candidates, or in the event that any Candidate progresses from the Qualification Envelope and the Final Technical Envelope score is within 1% of the fifth ranked score. Additionally where candidates do not meet the minimum requirements the University reserves the right to progress with less than 5 candidates.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
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
The stages of this CPN are a Call for Competition- Invitation to Participate (Stage 1); Invitation to Tender (Initial Stage 2); Negotiation - if deemed necessary, the University reserve the right to negotiate on the based on Tender Submission for Initial Stage 2 ( Negotiation Stage 3); Invitation to Tender (Final Stage 4)
two.2) Description
two.2.1) Title
Design and Refurbishment of TIC West
Lot No
3
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45213100 - Construction work for commercial buildings
- 45214400 - Construction work for university buildings
- 45214610 - Laboratory building construction work
- 45214600 - Construction work for research buildings
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The University is currently exploring the option of accommodating TIC West within the existing estate by means of refurbishment of an existing building. Therefore lot comprises of the design and refurbishment of an existing building on campus.
Glasgow City Innovation District (GCID) by definition, seeks to provide innovative solutions to the climate emergency. The University has already set out a plan to engage with this challenge and to create a Climate Neutral Innovation District working and collaborating with 15 other local and national stakeholders to create a 100% renewable energy, transport, adaptation, and wellbeing district. The university considers Passivhaus buildings to be one element of this plan, and this project will deliver a building, designed, constructed, and certified to Passivhaus standard that will provide high levels of occupant comfort while using very little energy for heating and cooling.
Glasgow City Innovation District is a hub for entrepreneurship, innovation, and collaboration, and is transforming the way academia, business, industry, and the city collaborate to bring competitive advantage to Scotland. The model – which is recognised for improving productivity, creating jobs, and attracting inward investment in several cities around the globe – brings together researchers and high-growth firms with technology and creative start-ups, to work side-by-side in vibrant, walkable innovation communities.
The design of this building shall be informed by Stakeholder Consultation and brief development in order to understand the particular requirements of the many users involved with the facility. In essence, this facility is about creating an open and collaborative environment where knowledge and creativity can be shared. The building should encourage the merging of physical, networking, and economic assets – all working together to create an innovation ecosystem that facilitates idea generation and accelerates commercialisation.
It is the University’s intention to utilise the NEC4 ECC Option A- Priced Contract with activity schedule as supplemented and amended by the University’s Z Clauses- Additional conditions of contract. The Z Clauses will be made available at Stage 2. This contract will be a design and build contract.
The contract will be a two stage Design and Build with Stage 1 including a pre-construction services agreement whereby the contractor shall provide the services in respect of design, construction methodology and determining the tendering for works packages. Stage 2 of the Design and Build process will comprise of a building contract.
Please refer to the procurement documents contained within PCS-T for additional details of the requirement, these should be referred to when answering the SPD, particularly in relation to technical and professional ability.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The University are intend to contract under the NEC4 ECC Option A standard form contract with amendments, this contract allows for compensation events in certain circumstances as detailed within the tender documents. Certain situations may have the effect of extending this contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The envisaged number of Candidates to be invited to Stage 2 is 5. However the University reserves the right to invite more than 5 Candidates to tender where the University considers this necessary to ensure sufficient competition and equal treatment of Candidates, or in the event that any Candidate progresses from the Qualification Envelope and the Final Technical Envelope score is within 1% of the fifth ranked score. Additionally where candidates do not meet the minimum requirements the University reserves the right to progress with less than 5 candidates.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
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
The stages of this CPN are a Call for Competition- Invitation to Participate (Stage 1); Invitation to Tender (Initial Stage 2); Negotiation - if deemed necessary, the University reserve the right to negotiate on the based on Tender Submission for Initial Stage 2 ( Negotiation Stage 3); Invitation to Tender (Final Stage 4)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
2. SPD (Scotland) Question 4B.3: Turnover
3. SPD (Scotland) Question 4B.4: Financial Ratios
4. SPD (Scotland) Question 4B.5: Insurance Requirements
Minimum level(s) of standards possibly required
4B.1.2
Lot 1- Bidders will be required to have an average yearly turnover of a minimum of 180,000,000 GBP for the last 3 years.
Lot 2- Bidders will be required to have an average yearly turnover of a minimum of 120,000,000 GBP for the last 3 years.
Lot 3- Bidders will be required to have an average yearly turnover of a minimum of 40,000,000 GBP for the last 3 years.
4B.3- Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4- Due to the character limit within this contract notice, the information relating to minimum standard for this question is as stated in the procurement documents. Please refer to Financial Assessment- SPD- 4B.4 to complete.
4B.5- It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below;
4B.5.1.a- Professional Risk Indemnity - maintain a minimum indemnity limit of 10,000,000 GBP in respect of each claim, and without limit to the number of claims.
4B.5.1.b- Employer’s (Compulsory) Liability: maintain a minimum indemnity limit of 10,000,000 GBP in respect of each claim, and without limit to the number of claims
4B.5.2-
Public Liability: maintain a minimum indemnity limit of 10,000,000 GBP in respect of each claim, and without limit to the number of claims
Product Liability: maintain a minimum indemnity limit of 10,000,000 GBP in the aggregate
Motor Vehicle Insurance: maintain a minimum indemnity limit of 5,000,000 GBP for Property Damage, and unlimited in respect of Third Party Injury
Contractors all Risk at + 15% of the Contract Value
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. SPD (Scotland) Question 4C.1: Works- 100%
Scored as follows:
4 Excellent response - is excellent overall and will include a balance of completely relevant elements of the Contract as specified (but not limited to the specifications)
The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full
3 Good response - is relevant and will include a balance of elements of the Contract as specified (but not limited to the specifications)
The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled
2 Acceptable response - will include some elements of the Contract as specified (but not limited to the specifications)
The response addresses a broad understanding of the requirement but lacks details on how the requirement will be fulfilled
1 Poor response - is partially relevant and will include few elements of the Contract as specified (but not limited to the specifications)
The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled
0 Unacceptable - Nil or inadequate response Fails to demonstrate an ability to meet the requirement
2. SPD (Scotland) Question 4C.6: Qualifications- Pass/ Fail
Scored as follows:
Candidates who can confirm the above qualifications for the respective lots for which they are bidding shall receive a Pass.
Those who are unable to confirm the above and provide the subsequent evidence shall be assessed as a Fail.
3. SPD (Scotland) Question 4C.10: Sub-contracting- Not Scored
4. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
5. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards possibly required
1. SPD (Scotland) Question 4C.1: Works
Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Bidders should use the guidance template (Appendix D) provided for them to answer the Technical and Professional ability question 4C.1 of their SPD (Scotland) response. This also details the number of examples to be provided.
Please refer to the procurement documents contained within PCS-T for additional details of the requirement, these should be referred to when answering the SPD, particularly in relation to technical and professional ability.
2. SPD (Scotland) Question 4C.6: Qualifications
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
CSCS Managerial Card
MCIOB (preferred)
Bidders are requested to provide CV’s for managerial staff in the following disciplines:
Project Manager
Contract Manager
M&E Manager
Commercial Manager
Design Manager
BIM Manager
SHE Manager
Sustainability Manager
Site Manager
3. SPD (Scotland) Question 4C.10: Sub-contracting
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in
Procurement (SSIP) forum.
Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the
document "Appendix F - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers
Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set
out.
5. SPD (Scotland) Question 4D.2: Environmental Management Standards
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the
document "Appendix F - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers
Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set
out.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Contract, please see the procurement documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Exclusion Grounds:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Project Bank Account:
The University intends to implement a Project Bank Account (PBA) on this project.
Please refer to the Scottish Government guidance in relation to PBA's by following the link noted below.
https://www.gov.scot/publications/construction-projects-implementing-project-bank-accounts/
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5726. 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:
Full details of the community benefits that will apply to this contract will be provided at Stage 2. Bidders will be required to provide
community benefits as part of this procurement exercise.
(SC Ref:679783)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland)
Regulations 2015 (SSI2015/446) as amended) may bring proceedings to the Sheriff Court or the Court of Session.