Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Telephone
+44 7811592949
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=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Provision of Events Services Framework Agreement for NMIS Group and IBioIC
Reference number
UOS-23988-2022
two.1.2) Main CPV code
- 79952000 - Event services
two.1.3) Type of contract
Services
two.1.4) Short description
On behalf of the National Manufacturing Institute Scotland (NMIS) Group and the Industrial Biotechnology Innovation Centre (IBioIC), the University of Strathclyde is putting in place a multi-lot, multi-supplier Framework Agreement for Event Services.
This framework will cover the following:
- Fully Managed Events Service (NMIS)
- Fully Managed Events Service (IBioIC)
- Stand Design and Build
- Event Staging
It should be noted whilst this framework is intended to be used primarily by NMIS Group and IBioIC, it will be available for other areas of the University to use if their requirements fit within the framework.
two.1.5) Estimated total value
Value excluding VAT: £1,580,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Exhibition Stand Design and Build
Lot No
3
two.2.2) Additional CPV code(s)
- 39154100 - Exhibition stands
- 79952000 - Event services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This Lot will focus on the stands utilised for events and is anticipated to cover third party events such as exhibitions
For this Lot, the client organising the event will facilitate the event management.
This Lot will include, but not be limited to:
- Stand design
- Stand delivery
- Logistics, Stand Delivery and Decommission
- Stand dismantle, storage and disposal
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration is inclusive of the contract extension period. The contracting authority exercises the right to extend this contract by 2 x 12-month periods. The extension will be utilised at the sole discretion of the contracting authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. Interested Parties should note that should the Contracting Authority exercise this option the estimated total framework value may increase by up to an additional 50%.
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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
two.2) Description
two.2.1) Title
Event Staging
Lot No
4
two.2.2) Additional CPV code(s)
- 79952000 - Event services
- 39154100 - Exhibition stands
- 45237000 - Stage construction works
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The clients require a suitably qualified supplier to provide staging for events held in-house. It is anticipated that the events will host between 50-150 people and be held in a theatre or banquet/cabaret style for an academic or industrial audience.
Lot 3 will include, but is not limited to:
- Provision and set up of audio-visual equipment
- Provision and set up of furniture
- Provision and set up of stage
- Provision and set up of draping
- Logistics, project management and health and safety
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration is inclusive of the contract extension period. The contracting authority exercises the right to extend this contract by 2 x 12-month periods. The extension will be utilised at the sole discretion of the contracting authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. Interested Parties should note that should the Contracting Authority exercise this option the estimated total framework value may increase by up to an additional 50%.
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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
two.2) Description
two.2.1) Title
Fully Managed Event Service (IBioIC)
Lot No
2
two.2.2) Additional CPV code(s)
- 79952000 - Event services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This Lot will be for smaller events for IBioIC.
This Lot will provide a fully managed event service for requirements estimated to be budgeted below 30,000.00GBP annually.
This Lot will cover fully managed event service for events estimated 200-500 delegates.
This Lot will include, but not be limited to:
- Fully managed events service for events estimated to be for 200-500 delegates
- Project management
- Both online and in-person events
- Host and speaker management
- Delegate management
- Exhibitor management
- Onsite support
- Venue sourcing and management
- Marketing communications for event
- Video production
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration is inclusive of the contract extension period. The contracting authority exercises the right to extend this contract by 2 x 12 month periods. The extension will be utilised at the sole discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. Interested Parties should note that should the Contracting Authority exercise this option the estimated total framework value may increase by up to an additional 50%.
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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
two.2) Description
two.2.1) Title
Fully Managed Event Service (NMIS)
Lot No
1
two.2.2) Additional CPV code(s)
- 79952000 - Event services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This Lot will provide a fully managed event service for requirements estimated to be budgeted between 50,000.00GBP- 250,000.00 GBP
This Lot will cover fully managed event service for events estimated up to 500 delegates; plus exhibitors and speakers.
This Lot will include, but not be limited to:
- Project management
- Design and provision of staging and rigging and furniture
- Provision of hybrid AV and in person AV/production equipment and services
- Host and speaker management
- Delegate management
- Exhibitor management
- Onsite support
- Catering
- Venue sourcing
- Marketing communications for event
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration is inclusive of the contract extension period. The contracting authority exercises the right to extend this contract by 2 x 12 month periods. The extension will be utilised at the sole discretion of the contracting authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the successful tenderer either intended as partial replacement of the supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. Interested Parties should note that should the Contracting Authority exercise this option the estimated total framework value may increase by up to an additional 50%.
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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
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
4B1.2
4B.5.1 – 4B.5.3
Minimum level(s) of standards possibly required
4B1.2 Bidders are required to have an general yearly turnover of a minimum of 400,000.00 GBP for the last 3 years.
4B.5.1 – 4B.5.3 It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below
Employer’s (Compulsory) Liability Insurance = 5,000,000.00m GBP
Public and Product Liability Insurance = 5,000,000.00m GBP
Professional Risk Indemnity Insurance = 2,000,000.00 GBP
In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
4D.1.4
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.
For each Lot the tenderer is bidding for, they have to provide a minimum of three (3) examples of experience of supply and delivery of the offered solution as detailed within the specification over the last three (3) years.
This will be scored in accordance with the scoring matrix as detailed in the ITT.
4D.1.4 (a) The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
OR where the organisation is not required to have a documented policy statement by law:
(b) A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.
(d).Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation.
(e) A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. This must demonstrate that the workforce possesses suitable qualifications and experience for the tasks assigned to them, unless there are specific situations where they need to work under controlled and competent supervision, e.g. trainees.
(j) Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (“method statements”), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.
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: 2022/S 022-190506
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority reserves the right to award this framework at its sole discretion to a single supplier or multiple suppliers on each Lot. The Contracting Authority reserves the right to award the framework in whole or in part or not at all.
The Contracting Authority offers no guarantee that any level of business or continuity of business will be transacted under the Framework Agreement and the Contracting Authority shall not be bound to place any orders or to provide continuity of orders under the Framework Agreement.
The Contracting Authority reserves the right to award the Lots separately, and to not award the framework in its entirety at the one time.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 48398. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Please see ITT for information on Community Benefits.
(SC Ref:720599)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom