Contract

Consultancy Services for Avenues Plus Project – Block S

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2021/S 000-029076

Procurement identifier (OCID): ocds-h6vhtk-02adb6

Published 22 November 2021, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Steve Chandler

Email

steven.chandler@glasgow.gov.uk

Telephone

+44 1412876907

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 Avenues Plus Project – Block S

Reference number

GCC005293CPU

two.1.2) Main CPV code

  • 71311300 - Infrastructure works consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council (the Council) is seeking to appoint a suitably qualified Lead Consultant to act as Principal Designer and head a multi-disciplinary team – comprising expertise in a number of professional services to undertake, in accordance with RIBA stages 1 to 4, the preparation and brief, concept design, developed design and technical design including ongoing design input during the construction period for the Avenues Plus project known as Block S.

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: £798,063

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

City of Glasgow

two.2.4) Description of the procurement

This Invitation to Participate relates to Block S. The Lead consultant will have a varying involvement on the delivery of RIBA Stages 0 to 7 for the following Avenues:

1) Duke Street (from High Street to Bellgrove St) and John Knox Street (from Castle St to Duke St)

2) Dobbie’s Loan (from North Hanover St to Canal St)

3) South Portland Street (from Carlton Place to Norfolk St)

4) Cowcaddens Road (from Cambridge St to North Hannover St)

Set out below are the various RIBA stages which provides clarity regarding which party has primary responsibility for delivery of each. Note that although Stage 3 and Stage 4 for Cowcaddens Rd, Dobbie’s Loan and South Portland St. will be delivered internally by a Glasgow City Council designer the appointed Lead Consultant may be called upon for design input. This is also true of the Construction phase for all four locations. Any input required of the appointed Lead Consultant during the Glasgow City Council designer led stages of the project will be charged at the submitted hourly rates provided in the Activity Schedule and within the relevant section of Contract Data Part Two.

The following RIBA stages will be the responsibility of the appointed Lead Consultant:

Duke St & John St - RIBA stages 0-4

Cowcaddens Rd - RIBA Stages 0-2

Dobbie’s Loan - RIBA Stages 0-2

South Portland St - RIBA Stages 0-2

The following RIBA stages will be the responsibility of an internal Glasgow City Council designer:

Duke St & John St - RIBA stages 5-7

Cowcaddens Rd - RIBA Stages 3-7

Dobbie’s Loan - RIBA Stages 3-7

South Portland St - RIBA Stages 3-7

The programme of works for the Avenues Plus project is based on RIBA stages and will be in place from November 2021 up to April 2026.

Whilst the Avenues Plus project is not funded directly by City Deal, it will be delivered and managed as part of the wider EIIPR Avenues Programme.

In addition to the delivery of the four avenue locations mentioned above, there is a further component to the Avenues Plus project related to in-depth community engagement and behaviour change activities. An external community consultant will be appointed to deliver on the implementation of the Community Engagement and Behaviour Change activities. The outputs from this process will feed into the design, where possible and appropriate.

two.2.5) Award criteria

Quality criterion - Name: Design Statement / Weighting: 5%

Quality criterion - Name: Sustainability, climate change and green/blue infrastructure / Weighting: 8%

Quality criterion - Name: Sustainable Transport / Weighting: 18%

Quality criterion - Name: Project Management / Weighting: 18%

Quality criterion - Name: Site Investigation / Weighting: 8%

Quality criterion - Name: Stakeholder Engagement / Weighting: 8%

Quality criterion - Name: Client Communication / Weighting: 5%

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: 2021/S 000-009797


Section five. Award of contract

Contract No

GCC005293CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 November 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

Ironside Farrar Limited

5th Floor, 135 Buchanan Street

Glasgow

G1 2JA

Email

charlie.griffiths@ironsidefarrar.com

Telephone

+44 1412302151

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
National registration number

SC109330

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: £885,190

Total value of the contract/lot: £798,063

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 15 %


Section six. Complementary information

six.3) Additional information

At the SPD stage:

1) Health & Safety — the H&S Questionnaire is 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/fail.

2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 & 4D2.2: bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD Statements document. Evidence will be requested at the Request for Document stage of the evaluation (see 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 as stated in the Invitation to Participate document 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 PCS-T 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-T 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-T 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 services 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-T portal.

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

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

10) Request for Documentation: Once the Evaluation of Price & Quality is complete, 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.

11) Terms and conditions relating to this contract will be NEC3 with additional Z clauses. Full details at ITT (Invitation to Tender) stage.

(SC Ref:674561)

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

Country

United Kingdom

Internet address

www.scotcourts.gov.uk

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.