Tender

Paisley Halloween Festival 2026/27/28 - Lighting and Projection

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2026/S 000-003376

Procurement identifier (OCID): ocds-h6vhtk-05fd22

Published 15 January 2026, 10:33am



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

louise.bishop@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Paisley Halloween Festival 2026/27/28 - Lighting and Projection

Reference number

RC-CPU-25-169

two.1.2) Main CPV code

  • 79952000 - Event services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council is seeking a highly experienced and established creative company to develop and install Lighting and Projection for Paisley Halloween Festival 2026, 2027 with the optional 1-year extension for 2028; at the sole discretion of the Council. The Council is seeking an experienced service provider who can deliver a full programme for Paisley Halloween Festival in accordance with this specification and Council strategies.

two.1.5) Estimated total value

Value excluding VAT: £172,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Paisley

two.2.4) Description of the procurement

The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract.

two.2.5) Award criteria

Quality criterion - Name: Methodology 2026 / Weighting: 22.5

Quality criterion - Name: Methodology 2027 / Weighting: 22.5

Quality criterion - Name: Project Management 2026 / Weighting: 8.5

Quality criterion - Name: Project Management 2027 / Weighting: 8.5

Quality criterion - Name: Collaborative Approach 2026 / Weighting: 4

Quality criterion - Name: Collaborative Approach 2027 / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 2

Quality criterion - Name: Community Benefits Methodology / Weighting: 3

Quality criterion - Name: Price / Weighting: 20

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £172,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2026

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

There is an option to extend the Contract for 12 months from 1 December 2027 until no later than 30 November 2028. Any extension will be at the sole discretion of the Council.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.5 Economic and Financial Standing

4B.6 Economic and Financial Standing

Minimum level(s) of standards possibly required

Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:

-Employers’ liability – minimum 5m GBP, each and every claim

-Public and products liability – minimum 10m GBP, each and every claim but in the aggregate for products.

-Statutory Third-Party Motor Vehicle Insurance- Third Party cover, unlimited for death and injury and minimum 5m GBP property damage.

The Council will utilise Dun & Bradstreet (D&B) Failure Score of 20 or above. Tenderers (including all participants in a group) are required to have a Failure Score of 20 or above in order to demonstrate its financial strength and stability.

It is recommended that Tenderers review their own D&B Failure Score in advance of submitting a Tender Submission. Where the Tenderer does not have a D&B Failure Score, or where the Tenderer does not consider that the D&B Failure Score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.

Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 3 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.

Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents S10 Parent Company Guarantee.

Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed and each must achieve a D&B failure score of 20 or above.

Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a D&B failure score of 20 or above. The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 – Previous Experience

For public service contracts only, please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:

(Examples from both public and/or private sector customers and clients may be provided):

Minimum level(s) of standards possibly required

Bidders are required to provide 2 examples of similar work they have delivered previously that demonstrate that they have the relevant experience to deliver the services as described in the Procurement Documents.

Two References should be included in the response.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Community Benefits will be part of the award criteria. Details will be confirmed in the ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-086072

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 February 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 16 July 2026

four.2.7) Conditions for opening of tenders

Date

16 February 2026

Local time

12:00pm

Place

Online.

Information about authorised persons and opening procedure

Two CPU officers will open the tender published on PCS-t, this will either be done in person at Renfrewshire House or online using Microsoft Teams.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Council are utilising PCS-Tender to conduct this ITT exercise. The Project code is 30945.

Community benefits are included in this requirement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30945. 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:

The successful tenderer will be required to deliver 30 Community Benefit Points for the duration of this contract.

(SC Ref:820578)

six.4) Procedures for review

six.4.1) Review body

Please refer to VI.4.3 below

UK

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH11RQ

Country

United Kingdom