Contract

The Provision of Winter Hub Services 2025 & 2026

  • Glasgow City Council

F25: Concession award notice

Notice identifier: 2025/S 000-072733

Procurement identifier (OCID): ocds-h6vhtk-055116

Published 11 November 2025, 11:52am



Section one: Contracting authority/entity

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Lesley Thomson

Email

Lesley.Thomson2@glasgow.gov.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.glasgow.gov.uk

Buyer's address

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

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 Provision of Winter Hub Services 2025 & 2026

Reference number

GCC006448CPU

two.1.2) Main CPV code

  • 79952000 - Event services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow is building a new approach to winter events in the city following a strategic review of the festive offering and to support the economic and social recovery of the city. While long-term plans will continue to evolve in the coming months, Glasgow is seeking to work with partners to develop a programme of events and activity in 2025 and 2026 that supports this objective.

The Council seeks to appoint a single concessionaire who can provide creative, innovative proposals for the delivery of festive “Winter Hub” attractions within Glasgow City Centre and at Glasgow Green. Proposals must include all infrastructure supply and installation.

Initial locations for the Winter Hubs have been identified as:

Glasgow Green

St Enoch Square

A sole concessionaire will be awarded the contract for both years. The single appointed concessionaire will be responsible for the design and build of the winter hubs along with the recruitment and management of all vendors throughout the contract period.

Income – A set fee will be payable to the Council from the successful concessionaire for the rights to provide the Winter Hubs and associated activities for each year of the contract.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This concession is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79952000 - Event services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

Contract Title: The Provision of Winter Hubs Services 2025 & 2026

Contract Reference: GCC006448CPU

Contract Duration: 2 Years (2025 & 2026 – comprises two Winter Hub sessions)

The Council invites tender bids for a single concessionaire who can provide creative, innovative proposals for the delivery of festive “Winter Hub” attractions within Glasgow City Centre and at Glasgow Green. Proposals must include all infrastructure supply and installation.

Initial locations for the Winter Hubs have been identified as:

Glasgow Green

St Enoch Square

A sole concessionaire will be awarded the contract for both 2025 & 2026 years. The single appointed concessionaire will be responsible for the design and build of the winter hubs along with the recruitment and management of all vendors throughout the contract period.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria described below:

  • Criterion: Quality criterion: Site Proposal & Customer Experience 20%
  • Criterion: Quality criterion: Operational Delivery, Housekeeping and Maintenance 25%
  • Criterion: Quality criterion: Sustainability 10%
  • Criterion: Quality criterion: Fair Work First 5%
  • Criterion: Commercial (Payable Set Fee): 40%

two.2.7) Duration of the concession

Duration in months

24

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 four. Procedure

four.1) Description

four.1.1) Form of procedure

Award procedure with prior publication of a concession notice

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-034134


Section five. Award of concession

A concession/lot is awarded: Yes

five.2) Award of concession

five.2.1) Date of concession award decision

3 October 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the concessionaire

Lochview Themepark Scotland LTD

Scotland's Theme Park, 147 Bath Street

glasgow

G2 4SN

Telephone

+44 1698333777

Country

United Kingdom

NUTS code
  • UKM84 - North Lanarkshire
The concessionaire is an SME

Yes

five.2.4) Information on value of concession and main financing terms (excluding VAT)

Total value of the concession/lot: £1

Any other details relevant to the value of the concession

This value cannot be included in the Contract Award Notice due to the commercial sensitivity of the information.


Section six. Complementary information

six.3) Additional information

Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.

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 (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 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate.

Non Collusion — Applicants will be required to complete the Non Collusion certificate.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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 Attachments area of PCS-T.

Additional information pertaining to this contract notice is contained in the Invitation to Tender situated within the Buyers Attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.

(SC Ref:815391)

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

G5 9DA

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.