Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Provision of Works for Argyle Street East Public Realm Construction
No linked documents found for this notice.
Lot Description: Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including creation of new cycleways and green/blue infrastructure. Additional information: Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 12,000,000
Lot 1 Award Criterion (quality): fair work first
Lot 1 Award Criterion (quality): communication
Lot 1 Award Criterion (quality): traffic management
Lot 1 Award Criterion (quality): works programme
Lot 1 Award Criterion (quality): supply chain
Lot 1 Award Criterion (quality): green infrastructure
Lot 1 Award Criterion (quality): NWR Infrastructure
Lot 1 Award Criterion (quality): sustainability
{
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"date": "2025-09-16T09:36:46+01:00",
"description": "1) Health \u0026 Safety \u2014 the H\u0026S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H\u0026S\nQuestionnaire as part of their SPD submission. Responses to the H\u0026S Questionnaire will be evaluated as pass or fail.\n2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders\nmust hold the certificates or comply with the questions\n3) 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\nattachment area within PCS Tender portal.\n4) Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council\u0027s\nsatisfaction that all funds due to the tenderer\u0027s 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.\n5) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal.\n6) Bidders will be required to complete an FoI certificate.\nInformation on the FOI Act is contained in Appendix A of the Invitation to Tender 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).\n7) NEC4 conditions of contract will be used for this project. The conditions of contract can be located within the attachments area within\nthe PCS Tender portal.\n8) Request for documentation stage is not required - bidders must provide all information / required documentation as part of their submission. 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\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity Benefits are as detailed in the Invitation to Tender document\n(SC Ref:809839)",
"id": "056796-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000809839",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-059aea",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 1DU",
"region": "UKM82",
"streetAddress": "40 John St, City Chambers"
},
"contactPoint": {
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"name": "kim mackenzie",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
},
"id": "GB-FTS-73933",
"identifier": {
"legalName": "Glasgow City Council"
},
"name": "Glasgow City Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "PO BOX 23 1 Carlton Place"
},
"contactPoint": {
"email": "kim.mackenzie@ced.glasgow.gov.uk"
},
"id": "GB-FTS-964",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-10-28T12:00:00Z"
},
"bidOpening": {
"date": "2025-10-28T12:00:00Z"
},
"classification": {
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
"contractTerms": {
"performanceTerms": "As specified in the Invitation to Tender document."
},
"coveredBy": [
"GPA"
],
"description": "Provision of Works for Argyle Street East Public Realm Construction",
"hasRecurrence": false,
"id": "GCC006463CPU",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "5",
"name": "fair work first",
"type": "quality"
},
{
"description": "12.5",
"name": "communication",
"type": "quality"
},
{
"description": "12.5",
"name": "traffic management",
"type": "quality"
},
{
"description": "15",
"name": "works programme",
"type": "quality"
},
{
"description": "5",
"name": "supply chain",
"type": "quality"
},
{
"description": "7.5",
"name": "green infrastructure",
"type": "quality"
},
{
"description": "10",
"name": "NWR Infrastructure",
"type": "quality"
},
{
"description": "2.5",
"name": "sustainability",
"type": "quality"
},
{
"description": "30",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle\nStreet east area of the city. These works will include reconstruction of footways and carriageways to high quality public realm including\ncreation of new cycleways and green/blue infrastructure. Additional information: Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public\nContracts (Scotland) Regulations 2015.",
"hasOptions": false,
"hasRenewal": false,
"id": "1",
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 12000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"reviewDetails": "and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing\nsystem. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means\nthe 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\nperiod is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland)\nRegulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring\nan 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\ndamage.\nThe bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the\nframework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or\nthe court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the\nremedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further\nclarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own\nindependent legal advice when they consider appropriate to do so.",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Selection criteria as stated in the procurement documents",
"minimum": "Selection criteria as stated in the procurement documents",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Selection criteria as stated in the procurement documents",
"minimum": "Selection criteria as stated in the procurement documents",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"submissionTerms": {
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-28T12:00:00Z"
},
"title": "Provision of Works for Argyle Street East Public Realm Construction",
"value": {
"amount": 12000000,
"currency": "GBP"
}
}
}