Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Person cyswllt: kim mackenzie
E-bost: kim.mackenzie@ced.glasgow.gov.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgow.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Provision of Works for Argyle Street East Public Realm Construction
Cyfeirnod: GCC006463CPU
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
Provision of Works for Argyle Street East Public Realm Construction
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 12 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: fair work first
/ Pwysoliad: 5
Maes prawf ansawdd: communication
/ Pwysoliad: 12.5
Maes prawf ansawdd: traffic management
/ Pwysoliad: 12.5
Maes prawf ansawdd: works programme
/ Pwysoliad: 15
Maes prawf ansawdd: supply chain
/ Pwysoliad: 5
Maes prawf ansawdd: green infrastructure
/ Pwysoliad: 7.5
Maes prawf ansawdd: NWR Infrastructure
/ Pwysoliad: 10
Maes prawf ansawdd: sustainability
/ Pwysoliad: 2.5
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 12 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Selection criteria as stated in the procurement documents
Lefel(au) gofynnol y safonau sydd eu hangen:
Selection criteria as stated in the procurement documents
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Selection criteria as stated in the procurement documents
Lefel(au) gofynnol y safonau sydd eu hangen:
Selection criteria as stated in the procurement documents
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As specified in the Invitation to Tender document.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/10/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
28/10/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
E-bost: kim.mackenzie@ced.glasgow.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
E-bost: kim.mackenzie@ced.glasgow.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
16/09/2025