Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Argyle Street West Public Realm Construction

  • First published: 20 March 2024
  • Last modified: 20 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040225
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
20 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West 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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

UK

Contact person: Steve Chandler

Telephone: +44 1412872000

E-mail: steven.chandler@glasgow.gov.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgow.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Argyle Street West Public Realm Construction

Reference number: GCC005872CPU

II.1.2) Main CPV code

45220000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West 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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 5 827 466.75  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow City

II.2.4) Description of the procurement

Glasgow City Council is seeking to appoint a suitably qualified contractor to carry out public realm improvement works in the Argyle Street West 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.

II.2.5) Award criteria

Quality criterion: Communication / Weighting: 5%

Quality criterion: Traffic Management / Weighting: 5%

Quality criterion: Works Programme / Weighting: 5%

Quality criterion: Supply Chain / Weighting: 5%

Quality criterion: Green Infrastructure / Weighting: 5%

Quality criterion: Network Rail Infrastructure / Weighting: 7.5%

Quality criterion: Sustainability / Weighting: 5%

Quality criterion: Resources / Weighting: 7.5%

Quality criterion: Fair Work First / Weighting: 5%

Price / Weighting:  50

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-027705

Section V: Award of contract

Contract No: GCC005872CPU

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/02/2024

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

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

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

Number of tenders received by electronic means: 5

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

V.2.3) Name and address of the contractor

Rainton Construction (Scotland) Limited

2 Brewland Street

Galston

KA4 8AQ

UK

Telephone: +44 1563262110

NUTS: UKM

The contractor is an SME: Yes

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

Total value of the contract/lot: : 5 827 466.75  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 5 %

Section VI: Complementary information

VI.3) Additional information

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

2) Quality Assurance and Environmental Management Standards - SPD 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 SPD statements document titled “GCC005872CPU SPD Statements”. Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 7 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) Collateral warranties are required. Details can be found within the contract call-off terms.

4) 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.

5) 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. 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.

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

7) Bidders will be required to complete an FoI certificate. Information 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).

8) NEC3 conditions of contract will be used for this project. The conditions of contract can be located within the attachments area within the PCS Tender portal.

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 SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 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.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25090. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:760709)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

E-mail: glasgow@scotcourts.gov.uk

Internet address(es)

URL: www.scotcourts.gov.uk

VI.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.

VI.5) Date of dispatch of this notice

19/03/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
steven.chandler@glasgow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.