Custom House/Carlton Place Multi-Disciplinary Design Services

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
OJEU
Type
Contract (Services)
Duration
6.5 year (est.)
Value
£3M
Sector
CONSTRUCTION
Published
15 Jan 2021
Delivery
To 17 May 2027 (est.)
Deadline
n/a

Concepts

Location

City of Glasgow

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

Provision of multi-disciplinary design services in relation to delivering a masterplan approach to the regeneration of the City Centre frontage onto the River Clyde.

Total Quantity or Scope

Glasgow City Council is seeking to appoint a suitably qualified and experienced multi-disciplinary design team to provide services in relation to a new quay wall, new public realm and development opportunity at Custom House Quay on the North bank of the River Clyde and quay wall replacement to create an enhanced greenspace at Carlton Place on the South bank of the River Clyde and to ensure the services are provided within the desired timescales. The following areas are also included: — Central Station Quay/Broomielaw Wharf, — Place Quay, — Quay.

Award Detail

1 Hawkins Brown Design (London)
  • Reference: gcc004353cpu
  • Num offers: 3
  • Value: £3,427,000

Award Criteria

Design team composition 10.0
Design team expertise 10.0
Design collaboration, innovation and quality assurance 20.0
Programme 10.0
Communication 5.0
Public and stakeholder engagement 5.0
Commercial acumen 5.0
Fair work practices 5.0
PRICE 30.0

CPV Codes

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71240000 - Architectural, engineering and planning services
  • 71530000 - Construction consultancy services

Indicators

  • Award on basis of price and quality.

Other Information

Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders must hold the certificates for quality control, health and safety and environmental management standards or comply with all the questions noted in ESPD Section 4D. Please refer to the ‘Invitation to Participate and Statements’ document uploaded to the buyer’s attachment area on PCS-T. Health and Safety — the HS Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the HS Questionnaire as part of their submission. Responses to the HS Questionnaire will be evaluated as pass or fail. If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: Collateral warranties may be required. This will be detailed at ITT stage. Freedom of Information Act — information on the FOI Act will be contained in Appendix A of the ITT. Bidders 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 (NB: the council does not bind itself to withhold this information). Bidders will be required to complete the FOI certificate at ITT stage. Tenderers amendments — bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate at ITT stage. Bidders will be required to complete a Non-Collusion certificate at ITT stage. NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the buyer’s attachments area within the PCS Tender portal at ITT stage. Insurance mandate — the successful bidder will be required to sign an Insurance Mandate, contained in the buyer’s attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Once the evaluation of ESPD has been completed, the recommended bidder(s) 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 5 working days/as stipulated in the request for documentation. Failure to provide this information within the specified time may result in your bid being rejected. Additional information pertaining to this contract notice is contained in the ‘Invitation to Participate and Statements’ document uploaded to the buyer’s attachment area on PCS-T. Bidders must ensure they read this document in line with this contract notice. (SC Ref:639903)

Reference

Domains