Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: kim mackenzie
E-mail: kim.mackenzie@ced.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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Provision of Works for Argyle Street East Public Realm Construction
Reference number: GCC006463CPU
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Provision of Works for Argyle Street East Public Realm Construction
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM82
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 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.
II.2.5) Award criteria
Criteria below:
Quality criterion: fair work first
/ Weighting: 5
Quality criterion: communication
/ Weighting: 12.5
Quality criterion: traffic management
/ Weighting: 12.5
Quality criterion: works programme
/ Weighting: 15
Quality criterion: supply chain
/ Weighting: 5
Quality criterion: green infrastructure
/ Weighting: 7.5
Quality criterion: NWR Infrastructure
/ Weighting: 10
Quality criterion: sustainability
/ Weighting: 2.5
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
12 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
Minimum level(s) of standards required:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
Minimum level(s) of standards required:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As specified in the Invitation to Tender document.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/10/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/10/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
3) 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.
4) 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.
5) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal.
6) 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).
7) NEC4 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.
8) 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
The 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
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits are as detailed in the Invitation to Tender document
(SC Ref:809839)
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: kim.mackenzie@ced.glasgow.gov.uk
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: kim.mackenzie@ced.glasgow.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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
16/09/2025