Section one: Contracting authority
one.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
Contact
Jason Starrs
jason.starrs@glasgowlife.org.uk
Telephone
+44 1412875923
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=AA10287
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
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CREATIVE PROPOSALS, SUPPLY, AND INSTALLATION OF WINTER THEMED LARGE SCALE PROJECTION TRAIL AND LIGHTING WITHIN GLASGOW CITY CENTRE
Reference number
CSG005548
two.1.2) Main CPV code
- 79952000 - Event services
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow Life have a requirement for a creative proposal for the supply and installation of a Winter themed large scale projection trail and lighting within Glasgow City Centre.
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
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
two.2.4) Description of the procurement
Glasgow Life is seeking to appoint a company for the creative proposals for the supply and installation of a Winter themed large scale projection trail and lighting within Glasgow City Centre.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
5
This contract is subject to renewal
No
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
Bidders must comply with the undernoted financial requirements in order
to participate in the tendering process:-
There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity
Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts
accounts with Companies House
Trading Performance
An overall positive outcome on EBITDA earnings over a 3 year period
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio EBITDA/Turnover
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation
and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
An applicant should have no outstanding issues, with regard to statutory filing
requirements with Companies House.
Applicants who have been trading for less than the 3 years noted above must provide
evidence that they are complying with the above minimum financial requirements
for the period in which they have been trading.
Applicants who do not comply with the above financial requirements but are part
of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
Due to the potential negative financial consequences of the pandemic on company finances, Glasgow Life also requires assurance regarding current liquidity of the bidding company.
The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement.
If the pandemic has had an adverse affect on the latest set of accounts filed with Companies House, Glasgow Life will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.
Glasgow Life reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below
Employer's (Compulsory) Liability Insurance = GBP 10million
Public Liability Insurance = GBP 5million
Product Liability Insurance = GBP 5million
Professional Liability Insurance = GBP 5million
Third Party Motor Liability Insurance = GBP 20million for third party property damage caused by a private vehicle:
Third Party Motor Liability Insurance = GBP 10million for third party property damage caused by a non-private vehicle.
Third Party Motor Liability Insurance = Unlimited in relation to death or bodily injury caused by a private or non-private vehicle.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 August 2022
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: 13 December 2022
four.2.7) Conditions for opening of tenders
Date
15 August 2022
Local time
12:00pm
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20571.
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 Company seek to encourage Community Benefits.
The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of
specific clauses within procurement contracts known as Community Benefits clauses.
Community Benefit clauses are requirements which
deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or
environmental conditions into the delivery of contracts.
Examples of the categories and types of benefits are:
-Sponsorship of local organisation
- Mentoring – Suppliers offering support and guidance to local organisations and individuals.
Provide career night / event within local school, provide career information on the industry to interested individuals
- Sponsorship of a local sports team or community event
- Donation of materials and / or labour to support a local community project
Provide career night / event within local school, provide career information on the industry to interested individuals
- Sponsorship of a local sports team or community event
- Donation of materials and / or labour to support a local community project
Offer weekly or monthly work experience placement to a nominated school pupil or Council apprentice
- Hold a workshop or event in a school, college or community group
Please provide a detailed statement which must include:
a) details of the Community Benefits you will provide as part of this contract;
b) what resource (staff responsible) will you use to ensure successful delivery
c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and
d) how you will update the Company on progress
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20571. 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 procurement documents
(SC Ref:694588)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
1 Carlton Place
Glasgow
G6 9TW
Country
United Kingdom