Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Lesley Thomson
Lesley.Thomson2@glasgow.gov.uk
Telephone
+44 1412878637
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
The Preparation and Delivery of the Style Mile Christmas Carnival
Reference number
GCC004559CPU
two.1.2) Main CPV code
- 79952000 - Event services
two.1.3) Type of contract
Services
two.1.4) Short description
The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC).
The key objective is that this project will be delivered by an organisation with a strong and
demonstrable track record of innovative street arts and parade production.
The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council’s Terms and Conditions.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £250,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79952100 - Cultural event organisation services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
UK, Glasgow
two.2.4) Description of the procurement
The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC).
The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production.
The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council’s Terms and Conditions.
The estimated annual spend is 50,000GBP, with a total spend for the delivery of this contract being 250,000GBP over the length of the contract (4 years + up to 12 months optional extension period).
The Style Mile Christmas Carnival heralds the launch of the festive shopping campaign and is an evolving concept. It represents the council’s commitment to develop a retail and community focused Christmas event to launch the busiest shopping period of the year whilst promoting Glasgow city centre’s competitive retail offer.
The current Style Mile Christmas Carnival programme involves a range of different activities which take place around the central Carnival Parade - a family focused procession, developed with retailers and community groups. The overall programme includes street entertainment, live music, and other family focused activities. On average, the Christmas Carnival has drawn an additional 20,000 people into the city centre each year.
Glasgow’s Style Mile relates to the square mile in the heart of Glasgow’s city centre and is the city’s principal retail area and the UK’s top retail destination outside London’s West End.
The Style Mile is a public-private partnership initiative to promote, protect and enhance the city’s retail offering and part of this strategy includes the development of an entertainment programme on the Style Mile which links into the launch of the festive retail campaign.
There is no requirement for this contract to be split into lots.
two.2.5) Award criteria
Quality criterion - Name: o Methodology of Approach to the Requirement / Weighting: 60
Quality criterion - Name: o Sustainability / Weighting: 10
Quality criterion - Name: o Future Growth of Style Mile Christmas Carnival / Weighting: 5
Quality criterion - Name: o Fair Work Practices / Weighting: 5
Price - Weighting: 20
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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: 2020/S 167-406051
Section five. Award of contract
Contract No
GCC004559CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 February 2021
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bridgeman Arts
flat 1/1, 10 Glaive Road
Glasgow
G13 2HX
Telephone
+44 1419540777
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £250,000
Section six. Complementary information
six.3) Additional information
VI.3) Additional information
Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the ‘ESPD Statements’ document situated within the buyers attachment area of PCS-T.
Health & Safety – applicants must complete and return the Health & Safety questionnaire found in the Technical envelope within the PCS Tender Portal.
Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. 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 Technical envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).
Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.
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. Applicants will be required to complete the prompt payment certificate contained in the Technical envelope within the PCS Tender portal.
Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical envelope within the PCS Tender portal.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
Terms and Conditions are located within the Buyers Attachment area of the PCS Tender portal.
Additional information pertaining to this contract notice is contained within the Invitation To Tender documents and the ESPD Statements document. Applicants must ensure they read these in line with this contract notice.
(SC Ref:645629)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom
six.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.