Opportunity

Dynamic Purchasing System (DPS) for Events Services, Equipment (via Hire) and Associated Structures

  • Glasgow City Council
  • Renfrewshire Council
  • West Dunbartonshire Council
  • University of Strathclyde
  • Glasgow Life (Culture & Sport Glasgow)

F02: Contract notice

Notice reference: 2023/S 000-024860

Published 23 August 2023, 4:58pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Linda O'Dell

Email

linda.o'dell@glasgow.gov.uk

Telephone

+44 1412765623

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

cpu@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.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

Corporate.Procurement@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

procurement.enquiries@strath.ac.uk

Telephone

+44 1415484281

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

Email

info@glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgowlife.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Purchasing System (DPS) for Events Services, Equipment (via Hire) and Associated Structures

Reference number

GCC005449CPU

two.1.2) Main CPV code

  • 79952000 - Event services

two.1.3) Type of contract

Services

two.1.4) Short description

Dynamic Purchasing System (DPS) for Event Services, Equipment (via Hire) and Associated Structures. The DPS will be in place for 7 years. Glasgow City Council will have the option to extend for an additional 3 periods of 12 months, this will be exercised by the council serving notice on the successful applicants in accordance with the councils Terms and Conditions.

This DPS will consist of the following categories:

Category 1 - Temporary Power, Generators and Accessories

Category 2 - Fencing and Accessories

Category 3 - Trackway and Walkway

Category 4 - AV Equipment

Category 5 - Furniture

Category 6 - Cabins and Containers

Category 7 - Marquees

Category 8 - Toilets

Category 9 - Mobile Screens

Category 10 - Staging, PA Equipment and Stage Lighting

Category 11 - Fireworks/Pyrotechnics Displays

Category 12 - Lighting Installation and Projections

Category 13 - Event Waste & Environmental Services

Category 14 - Design and Consultancy Services

Category 15 - Mobile Bar Units

Category 16 - Grandstand Seating

two.1.5) Estimated total value

Value excluding VAT: £17,000,000

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

Hire of Temporary Power, Generators and Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 31120000 - Generators
  • 30237280 - Power supply accessories
  • 31100000 - Electric motors, generators and transformers
  • 31122000 - Generator units
  • 31127000 - Emergency generator
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of temporary power, generators and accessories this may include, but is not limited to fuel tanks, including alternative fuels and future proof generators, distribution boards, cabling and any other associated equipment that will provide the required electricity for individual events.

There may also be a requirement for the supplier to:

- Deliver/collect the equipment to and from the location on an agreed date and time.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

- Deliver generators and fuel tanks full of fuel.

- Provide an Engineer on site on the day of the event to trouble shoot any issues that may arise.

- Provide installation and de-rig electricians

- Create and supply equipment requirements on receipt of event specific power requests

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 10-90

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Fencing and Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928310 - Safety fencing
  • 34928220 - Fencing components
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services
  • 44231000 - Made-up fencing panels
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45342000 - Erection of fencing
  • 34928300 - Safety barriers

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of fencing panels and associated equipment for individual events, this may include, but is not limited to pedestrian barriers, anti-climb fencing panels, hoarding panels and/or concord branding barriers.

There may also be a requirement for the supplier to:

- Deliver the fencing panels and associated materials to the location on an agreed date and time.

- Collect the equipment on an agreed date and time.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

two.2) Description

two.2.1) Title

Hire of Trackway and Walkway

Lot No

3

two.2.2) Additional CPV code(s)

  • 34953300 - Passenger walkway
  • 79952000 - Event services
  • 45213316 - Installation works of walkways
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of trackway, walkway and associated equipment for individual events, this may include, but is not limited to vehicle trackway panels, roll-out vehicle trackway, pedestrian walkway and/or roadway mat.

There may also be a requirement for the supplier to:

- Deliver trackway/walkway and associated equipment on an agreed date and time.

- Undertake the installation of trackway/walkway where requested.

- Dismantle trackway/walkway where requested.

- Collect the trackway/walkway and associated equipment on an agreed date and time.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

two.2) Description

two.2.1) Title

Hire of AV Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 32320000 - Television and audio-visual equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of AV and associated equipment for individual events, this may include, but is not limited to staging requirements, Lectern (including branding) stage backdrop, artwork, presentation laptop, vision, monitors, cables, feed, rigging, lighting, audio, communications, live streaming, project management, labour and curtains.

There may be a requirement for the supplier to:

- Deliver/collect the equipment to and from the location on an agreed date and time.

- Undertake the installation and derig of the equipment

- Provide technicians on site on the day of the event to trouble shoot any issues that may arise.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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

two.2) Description

two.2.1) Title

Hire of Furniture

Lot No

5

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39100000 - Furniture
  • 39156000 - Lounge and reception-area furniture
  • 39151000 - Miscellaneous furniture
  • 39151300 - Modular furniture
  • 79952000 - Event services
  • 34928400 - Urban furniture
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of indoor and/or outdoor tables and chairs for individual events, this may include, but is not limited to trestle tables, round tables, patio tables, chairs, folding chairs, padded chairs and banqueting chairs.

There may also be a requirement for the supplier to:

- Deliver/collect the equipment to and from the location on an agreed date and time.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Cabins and Containers

Lot No

6

two.2.2) Additional CPV code(s)

  • 44211110 - Cabins
  • 34220000 - Trailers, semi-trailers and mobile containers
  • 34221000 - Special-purpose mobile containers
  • 44613000 - Large containers
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of cabins, containers and associated equipment for individual events, this may include, but is not limited to various length cabins such as open plan cabins, 2 way cabins, 3 way cabins, ticket office cabins and steel storage containers.

There may also be a requirement for the supplier to:

- Deliver/collect the Cabins/Containers to and from the location on an agreed date and time.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Marquees

Lot No

7

two.2.2) Additional CPV code(s)

  • 39522530 - Tents
  • 79952000 - Event services
  • 44112000 - Miscellaneous building structures
  • 44212320 - Miscellaneous structures
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of marquees for individual events, this also includes any associated items, such as but not limited to various marquee sizes of frame structure, bay frame structure with and without gables, clearspan marquees, pagodas, star shaped, plywood flooring, carpeting, cassette (suspended) floor, roof and wall linings, weights, tunnels, lighting, pop ups, side panels and doors.

There may also be a requirement for the supplier to:

- The installation and dismantling of the marquee structure and all associated equipment for individual events

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Toilets

Lot No

8

two.2.2) Additional CPV code(s)

  • 79952000 - Event services
  • 79952100 - Cultural event organisation services
  • 24955000 - Chemical toilets
  • 34223300 - Trailers
  • 34223330 - Mobile units on trailers
  • 44411800 - Urinals

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of toilets including associated equipment and services for individual events, this may include, but is not limited to single chemical unisex toilet unit, single chemical accessible toilet unit, urinal block unit, male/female toilet block unit, unisex toilet block unit, chemical toilet block unit, mains female toilet unit, mains male toilet unit, mains unisex toilet unit, mains accessible toilet unit, urinals trailer, baby changing unit, recirculating toilet units, vacloo or equivalent, sanitary bins, hand washing and sanitising pedestal unit, stairs and ramps.

There may also be a requirement for the supplier to:

- Deliver/collect the toilets and equipment to and from the location on an agreed date and time.

- Provide a service visit/s for each toilet on event date where requested.

- Provide stand by service on events day where requested.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Mobile Screens

Lot No

9

two.2.2) Additional CPV code(s)

  • 30231300 - Display screens
  • 32351200 - Screens
  • 30237210 - Anti-glare screens
  • 45252123 - Screening installations
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of mobile screens and associated equipment for individual events this may include, but is not limited to 15 Sq. Meter screens, 25 Sq. Meter screens, 30 Sq. Meter screens, 60 Sq. Meter screens, 100 Sq. Meter screens, control equipment, operational and rig crew, production and production staff.

There may also be a requirement for the supplier to:

- Deliver and erect mobile screens and associated equipment on an agreed date and time.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Staging, PA Equipment and Stage Lighting

Lot No

10

two.2.2) Additional CPV code(s)

  • 45237000 - Stage construction works
  • 48952000 - Public address systems
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31500000 - Lighting equipment and electric lamps
  • 31518200 - Emergency lighting equipment
  • 31527260 - Lighting systems
  • 31530000 - Parts of lamps and lighting equipment
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 79952100 - Cultural event organisation services
  • 79952000 - Event services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of Staging, PA equipment, stage lighting and associated services for individual events this may include, but is not limited to mobile stages, static stages, PA equipment, stage lighting and any associated equipment and/or services.

There may also be a requirement for the supplier to:

- Deliver/collect the equipment to and from the location on an agreed date and time.

- Undertake the installation and derig of the equipment

- Provide technicians on site on the day of the event to trouble shoot any issues that may arise.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Supply of Fireworks/Pyrotechnic Displays

Lot No

11

two.2.2) Additional CPV code(s)

  • 24613200 - Fireworks
  • 39225500 - Pyrotechnics
  • 92360000 - Pyrotechnic services
  • 39225000 - Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of a suitably qualified and experienced supplier for the supply of Firework/ Pyrotechnic displays these services may include, but is not limited to:

- Provide Fireworks/Pyrotechnics displays - Timed Display including supply, delivery, installation, firing, supervision, dismantling and removal of fireworks.

- Provide and manage Fireworks/Pyrotechnics displays in built up areas including Town Centre/purchasers build roofs as well as open spaces.

- Supply/produce a creative innovative display choreographed and precision fired to music.

- Provide appropriate generator(s) suitable for the requirements.

- Transportation of all equipment and personnel of the appointed supplier to and from the site(s).

- Assess the requirements and submit a draft order for review.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Supply of Lighting Installation and Projections

Lot No

12

two.2.2) Additional CPV code(s)

  • 48326100 - Digital mapping system
  • 71354100 - Digital mapping services
  • 32320000 - Television and audio-visual equipment
  • 32321000 - Television projection equipment
  • 92130000 - Motion picture projection services
  • 45316100 - Installation of outdoor illumination equipment
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of a suitably qualified and experienced supplier for the supply of Lighting Projections and associated equipment/services, these services may include, but is not limited to:

- Provide the digital direction, complete visual production, technical expertise, and equipment necessary to undertake the projection.

- Provide secure structures to house the necessary equipment and associated security.

- Develop the creative content, this may be with the support of an art commission.

- Appoint an artist to produce the creative design for the projection(s) where requested.

- Develop static or in movement designs where requested.

- Provide the projection of the design from below road level where requested.

- Provide a maintenance plan for the duration of the projections, including routine inspections of the equipment in person, remote health checks, etc.

- Be responsible for the 3D mapping of the projection surface (if necessary), as well as all crew for delivery and installation of the equipment to site, line up and operation on site.

- Undertake the installation and derig of the equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Provision of Event Waste & Environmental Services

Lot No

13

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of a suitably qualified and experienced supplier for the provision of waste and environmental services for individual events this may include, but is not limited to:

- Provide daily onsite cleaning services for the duration of the set up and the event.

- The cleaning operation may include resource, scheduling, and creation of a full cleaning management plan as required.

- Sweeping and damp mopping of floors with an approved disinfectant within marquees, staff welfare and security facilities.

- Damp wipe with non-abrasive disinfectant cleaning agent all shelves, cupboard surfaces, doors and counters and other marks with a non-abrasive cleaner within marquees, staff welfare and security facilities.

- Monitor and remove all waste from receptacles and replace plastic liners as required.

- Clean and disinfect receptacles.

- Remove all marks from internal windows, door glass and other glass surfaces leaving no cleaning agent residue or streaks within marquees, staff welfare and security facilities.

- Remove litter with litter pickers around event sites.

- Maintain viewing / performance areas as much as possible throughout sessions to ease pressure on turnaround between sessions. Clean spills remove litter and cigarette waste from areas as required.

- Regular wipe down of sanitising stations. Regular checks to ensure sanitiser has not run out and replenishing of stations as and when necessary.

- Clean and disinfect high touch point areas as frequently as possible during sessions (barrier runs, entry lanes, queues) with approved disinfectant.

- Cleaning Supervisor may be required on shift for the duration of each day of the event, to be the point of contact for the event team (on radio communications). This person may also be required to attend daily venue briefings.

- Provide 1200 Litre wheeled bins for the event site or equivalent for general waste, cardboard and glass.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Provision of Design and Consultancy Services

Lot No

14

two.2.2) Additional CPV code(s)

  • 22314000 - Designs
  • 79415200 - Design consultancy services
  • 79132000 - Certification services
  • 71356400 - Technical planning services
  • 71410000 - Urban planning services
  • 79952000 - Event services
  • 71315210 - Building services consultancy services
  • 71530000 - Construction consultancy services
  • 72224000 - Project management consultancy services
  • 79410000 - Business and management consultancy services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of a suitably qualified and experienced consultant for the provision of design and consultancy services for individual events this may include, but is not limited to:

- Services to secure the necessary certification and statutory approvals in event preparation

- Event Design and Planning Services

- Planning Permission

- Building Warrant (including The Civic Government (Scotland) Act 1982, Section 89 applications)

- CDM Advisory and Principal Designer Services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Mobile Bar Units

Lot No

15

two.2.2) Additional CPV code(s)

  • 55400000 - Beverage-serving services
  • 34220000 - Trailers, semi-trailers and mobile containers
  • 34221000 - Special-purpose mobile containers
  • 34223330 - Mobile units on trailers
  • 44613600 - Wheeled containers
  • 55410000 - Bar management services
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for a suitably experienced supplier for the hire of mobile bar units and associated equipment / services, this may include, but is not limited to indoor cantilever bar units, self-contained bar trailers and self-contained shipping container style bars and any associated equipment and/or services. Bar operation can be within venues and outdoor events.

The following may also be included as part of the requirement:

- Provide clean and serviceable bottle fridges.

- Provide secure structures to house the necessary equipment and associated security.

- Provide a clean and serviceable draught system with varying styles and number of fonts depended on requirements.

- Provide all gas (both 60/40 and 70/30) required for draught system, including as safe storage solution for the cannisters.

- Provide appropriate generator(s) suitable for the requirements.

- Provide suitable handwash facilities.

- Work with Glasgow City Council to design the layout of and the placing of the unit.

- Determine any requirement of and provide trackway if necessary.

- Undertake the installation and derig of the equipment.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

- Set up agreed equipment layout ready for GCC to staff, stock and operate.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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.

two.2) Description

two.2.1) Title

Hire of Grandstand Seating

Lot No

16

two.2.2) Additional CPV code(s)

  • 34515000 - Floating structures
  • 44112000 - Miscellaneous building structures
  • 44212320 - Miscellaneous structures
  • 45223110 - Installation of metal structures
  • 45223800 - Assembly and erection of prefabricated structures
  • 34514700 - Mobile platforms
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39111200 - Theatre seats
  • 39113000 - Miscellaneous seats and chairs
  • 79952000 - Event services
  • 79952100 - Cultural event organisation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

This category is for the hire of a suitably qualified and experienced supplier for Grandstand Seating this may include, but is not limited to tiered staging platforms, tiered seating grandstands, covered seating, uncovered seating banks, flat floor seating, raised seating, debris netting and any other associated equipment. Various size and layout of seating will be required, seating may be required for both indoor and/or outdoor events.

There may also be a requirement for the supplier to:

- The installation and dismantling of the seating structure and all associated equipment for individual events.

- Provide technicians/engineers on site on the day of the event to trouble shoot any issues that may arise.

- Provide all delivery/collection vehicles with a hi-ab or its own forklift vehicle unless by prior arrangement.

- Apply to Glasgow City Council Neighbourhoods, Regeneration and Sustainability, Building Control for Section 89 for all seating banks provided onsite and any other necessary structural permission at least eight weeks prior to the event.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10/90

Price - Weighting: 90-10

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

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 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

Candidates 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 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.

If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House,

Glasgow City Council 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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators will be listed at individual tender stage


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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 000-035959

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

Date

22 August 2030

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 August 2030

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

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 10 years

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

SPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 & 4D2.2 bidders must hold certificates for Health & Safety &

Environmental Management Standards or comply with all the questions noted in SPD Section 4D. H&S–applicants must complete & return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation & ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Qualification 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. Applicants will be required to complete the

tenderers amendment certificate. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services 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. Applicants will be required to complete the Non-Collusion certificate. 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 & returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Request For Documentation: All documentation specified in the SPDS must be provided. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21096. 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:

Community benefits will be sought as part of each tender conducted via the DPS. Community benefits may be specified as mandatory, evaluated or voluntary as part of each tender depending on the value and specification.

(SC Ref:742503)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G2 9DA

Email

glasgow@scotcourts.gov.uk

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.