Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, 40 John St, City Chambers
Glasgow
G2 1DU
Contact
Jim Rankin
Telephone
+44 1412874181
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
www.publictendersscotland.publiccontractsscotland.gov.uk
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
Windmillcroft Quay Wall Construction and Landscaping Works
Reference number
GCC005085CPU
two.1.2) Main CPV code
- 45243600 - Quay wall construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Procurement of the Principal Contractor for works that will include partial demolition of existing quay wall, construction of new quay wall in front of existing wall along with creation of new public realm and soft landscaping.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45240000 - Construction work for water projects
- 45241100 - Quay construction work
- 45233162 - Cycle path construction work
- 45233262 - Pedestrian zone construction work
- 45112700 - Landscaping work
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow City
two.2.4) Description of the procurement
Construction works to be undertaken by the Principal Contractor will include, but not limited to, the following main elements:
1) Site establishment and preparation
- Undertaking professional visual pre-construction condition survey of the site and including adjacent third party assets such as Kingston Bridge Complex and private residential buildings, with a small number of internal property surveys.
- Installing vibration and movement monitoring across site, including for third party assets such as the Kingston Bridge Complex and a private residential development facing the existing quay wall; establishing a baseline for vibration/movement of all assets included in scope
- Erecting hoarding and creating site compound
- Undertaking and seeking acceptance of any required methodology assessments prior to works commencing
2) Construction Works
- Partial demolition of existing masonry perch wall to enable construction of new quay wall within the riverbed; retaining historic materials/features for re-use on site
- Creation of new linear single-skin combi-wall frontage along the frontage of Windmillcroft Quay (c.350m), restraint is provided by three separate structural formations of:-
a) Western and Eastern peripheries; the tie rod restraint system is restrained by discrete tubular piles.
b) Standard wall formation; the tie rod restraint system is restrained by sheet pile anchor walls, and
c) Cofferdam wall formation; low-level tie rod and high-level strut reach across and hold together the waterfront wall and a mirroring full height wall to the landward side (including end closure walls).
- Creation of new public realm above new quay wall creation, comprising a mix of hard and soft landscaping that includes street lighting, segregated cycleway, street furniture and amenity features
- Reinstatement of private landscaped gardens, including use of historical features reclaimed from the existing quay wall
3 Defects
- 2 year defects period, during which undertaking of surveys to monitor performance of new structure within the river
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
21
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 4 highest scoring bidders will be invited to tender, where 4 bidders can be identified as having met the minimum criteria for consideration.
Where there is a score differential of less than 2% between the fourth placed bidder and subsequent ranking bidders, those lower ranking bidders will also be shortlisted and invited to tender, up to a maximum of 6 bidders in total. Only if there is a tie at 6 bidders will more than
6 bidders be invited to tender as all the tied bidders will be invited to tender.
two.2.10) Information about variants
Variants will be accepted: No
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As specified in the Invitation to Tender
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-028453
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 April 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 June 2023
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
At the SPD stage:-
1) 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 SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail.
2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders
must hold the certificates or comply with the questions noted in Section 4D of the SPD statements document titled “GCC005085CPU
SPD Statements”. Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 7 below) and will be requested only of the preferred bidder. The submission of this evidence is mandatory and will be evaluated as a pass / fail.
3) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the Invitation to Participate document.
Applicants 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 contained in the attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information).
If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: -
4) Collateral warranties may be required. This will be detailed at ITT stage.
5) Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to their offer. Bidders will be required to complete the tenderers amendment certificate contained in the
attachment area within PCS Tender portal.
6) 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 subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal.
7) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal.
8) Bidders will be required to complete an FoI certificate at ITT stage (as well as SPD stage as detailed in item 3 above).
9) NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the attachments area within the PCS Tender portal at ITT stage.
10) Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected
to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant
information within 3 working days. Failure to provide this information within the specified time may result in your bid being rejected and
the Council proceeding with the procurement exercise to the next appropriate bidder.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23340. 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:
As detailed in the Invitation to Tender.
(SC Ref:719160)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
G5 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
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 the 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 Sheriff 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.