Awarded contract

Consultancy Services for Enabling Infrastructure Integrated Public Realm (EIIPR) Project - Block C

  • Glasgow City Council

F03: Contract award notice

Notice reference: 2021/S 000-011455

Published 24 May 2021, 10:55am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Jim Rankin

Email

jim.rankin@glasgow.gov.uk

Telephone

+44 1412874181

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

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

Consultancy Services for Enabling Infrastructure Integrated Public Realm (EIIPR) Project - Block C

Reference number

GCC005258CPU

two.1.2) Main CPV code

  • 71311300 - Infrastructure works consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of a lead consultant and a team of multi - disciplinary Professional Services to undertake the preparation and brief, concept design, developed design, and technical design in accordance with RIBA stages 1-4, and an ongoing design input during the construction period, for the third phase of Public Realm Investment under City Deal in Glasgow City Centre: the Block C Avenues Programme which includes Glasgow’s principal civic space, George Square. The Square sits at the heart of the city, and is the principal focus for the surrounding city centre avenues.

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: £2,293,610

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71530000 - Construction consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

The Provision of a lead Consultant and a team of multi - disciplinary Professional Service to undertake the preparation and brief, concept design, developed design and technical design in accordance with RIBA stages 1 to 4, and an ongoing design input during the construction period, for the design of George Square and surrounding avenues in Glasgow city centre. The avenues form a part of a major public realm improvement programme supported by the City Deal funding termed the Enabling Infrastructure Integrated Public Realm (EIIPR) project. It has become colloquially known as the "Avenues" project due to its underlying ethos of creating connected, green routes across the city centre. The Lead Consultant will deliver on RIBA Stages 0-4 for the following:

- George Square (to include full central public square and streets on the East and West sides of the square) along with

- John Street (from Cathedral Street to Ingram Street)

- The principal civic avenues of

I. St. Vincent Street and St. Vincent Place (from Newton Street to Montrose Street, including George Square south and full length of Cochrane Street)

ii. George Street (from Nelson Mandela Place to High Street, including George Square north, and West George Street)

- The ancillary streets of:

I. Dundas Street and Dundas Lane

ii. Hanover Street and Miller Street (from George Square to Argyle Street)

The shortlisting and selection of the Lead Consultant will be assessed on the basis of their demonstrable abilities and experience in delivery of projects responding to the following criteria:

- A demonstrable track record in the delivery of public space design and implementation. The design outcome should have embraced the past on one hand while elevating the purpose of the place to where it needs to be fit in the future of the city that is comfortable with its narrative and its future trajectory.

- A high degree of skill in community engagement in the design and re-configuration of public space in order to build a consensual design narrative.

- Experience in Current and Emerging Development Policies (international, national and local levels)

- Experience in Transportation and Connectivity, including Active Travel

- Experience in Climate change, climate mitigation solutions including Surface Water Management

- Experience in Project Management and Delivery based on RIBA work stages

- Understanding, knowledge, empathy and insight in the interpretation of the historic context in architectural, urban design, landscape and cultural terms. An ability to understand, interpret and communicate graphically the original intent, and offer design principles to safeguard this legacy whilst opening opportunities for 21st century life and culture for a confident and forward-looking city;

two.2.5) Award criteria

Quality criterion - Name: Design Statement / Weighting: 10

Quality criterion - Name: Sustainability / Climate / Weighting: 12

Quality criterion - Name: Sustainable Transport / Weighting: 12

Quality criterion - Name: Project Management / Weighting: 16

Quality criterion - Name: Site Investigation / Weighting: 8

Quality criterion - Name: Stakeholder Engagement / Weighting: 8

Quality criterion - Name: Client Communication / Weighting: 4

Quality criterion - Name: Team Structure / Weighting: 5

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 20

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 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: 2020/S 179-433280


Section five. Award of contract

Contract No

GCC005258CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 7

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John McAslan + Partners Limited

7-9 William Road

LONDON

NW1 3ER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,000,000

Total value of the contract/lot: £2,293,610


Section six. Complementary information

six.3) Additional information

At the ESPD 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 ESPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail.

2) Quality Assurance and Environmental Management Standards - ESPD 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 ESPD statements document titled “GCC005258CPU ESPD Statements”. Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 10 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) Applicants who do not comply with the financial requirements (stated in the document “GCC005258CPU ESPD Statements” located in attachments section of PCSt) but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated. A Parent Company Guarantee form is included in the attachments area of PCSt should this be required.

4) 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: -

5) Collateral warranties may be required. This will be detailed at ITT stage.

6) 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.

7) 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. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal.

8) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal.

9) Bidders will be required to complete an FoI certificate at ITT stage (as well as ESPD stage as detailed in item 3 above).

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 ESPD. 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.

(SC Ref:652598)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

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

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.