Provision of Works for Argyle Street East Public Realm Construction
A Tender Notice
by GLASGOW CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Works)
- Duration
- 3 year
- Value
- 12M
- Sector
- CONSTRUCTION
- Published
- 16 Sep 2025
- Delivery
- To 27 Oct 2028 (est.)
- Deadline
- 28 Oct 2025 12:00
Concepts
- construction work
- glasgow
- argyle street east public realm construction
- high quality public realm
- argyle street
- argyle street east public realm construction glasgow city council
- provision of works for argyle street east public realm construction
- the argyle street east area
- the public contracts
- street
Location
Glasgow
2 buyers
- Glasgow City Council Glasgow
Description
Provision of Works for Argyle Street East Public Realm Construction
Total Quantity or Scope
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.
Award Criteria
fair work first | 5.0 |
communication | 12.5 |
traffic management | 12.5 |
works programme | 15.0 |
supply chain | 5.0 |
green infrastructure | 7.5 |
NWR Infrastructure | 10.0 |
sustainability | 2.5 |
PRICE | 30.0 |
CPV Codes
- 45000000 - Construction work
Indicators
- Bids should cover the whole contract.
- Renewals are not available.
- Financial restrictions apply.
- Performance considerations apply.
- Professional qualifications are sought.
- Award on basis of price.
Other 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. 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-pr... 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)
Reference
- FTS 056796-2025