Consultancy Services for Avenues Plus Project – Block S

A Tender Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
4.5 year
Value
£885K
Sector
CONSTRUCTION
Published
06 May 2021
Delivery
To 13 Nov 2025 (est.)
Deadline
07 Jun 2021 11:00

Concepts

Location

City of Glasgow

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Total Quantity or Scope

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. 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.

CPV Codes

  • 71311300 - Infrastructure works consultancy services
  • 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

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18356. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: As detailed in the Invitation to Tender. (SC Ref:649052)

Reference

Domains