
Market Leads & Opportunities
United Kingdom-Glasgow: Event services
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 242-502533/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Glasgow City Council
Postal address: Chief Executives Department, City Chambers
Town: Glasgow
Postal code: G2 1DU
Country: United Kingdom
Contact Person: James Cook
Telephone: +44 1412876429
Email: james.cook@glasgow.gov.uk
Fax: +44 1412879399
Internet address(es):
Main address: www.glasgow.gov.uk
Address of the buyer profile:
The contract is awarded by central purchasing body
I.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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Supply of Events Services, Equipment (via hire) & Associated Structures
Reference number: GCC004330CPU
II.1.2) Main CPV code: 79952000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The council invites tender bids for the Framework for the supply of event services and equipment (via hire), delivery, install and removal of events equipment and associated structures.
The contract is expected to run for 3 years commencing 28.4.2018 and ending on the 27.4.2021. The council will have an option to extend the contract for a 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.
This procurement will be conducted via the Public Contracts Scotland — Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit means of proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
II.1.5) Estimated total value:
Value excluding VAT: 3593200 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Generators and Accessories
Lot No:1
II.2.2) Additional CPV code(s)
31100000, 31120000, 31122000, 31127000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire generators and associated equipment to deliver electricity as required for individual events in locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a draft order to the Council to review.
The Council will raise a PO for the agreed equipment materials and confirm the delivery location.
Suppliers will deliver the equipment to the location on the agreed date and time, for installation by others.
Suppliers will collect the equipment at the agreed pick up time and date notified by the Council.
Delivery/collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
Suppliers will require to provide an Engineer on site on the day of the event to trouble shoot any issues that may arise.
Generators and fuel tanks should be delivered full of fuel. The Council will endeavour to fill them up for return.
The Council appreciates fuel prices will fluctuate through the term of the framework. Therefore any proposed fuel increase must be in line with current market conditions and be pre-approved by the Council before any change is applied.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 408000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Fencing and Accessories
Lot No:2
II.2.2) Additional CPV code(s)
34928220, 44231000, 34928310, 45340000, 45342000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire fencing panels and associated equipment for individual events in locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a draft order to the Council to review.
The Council will raise a PO for the agreed quantity of fencing panels and associated materials and confirm the delivery location.
Suppliers will deliver the fencing panels and associated materials to the location on the agreed date and time for installation by others.
Suppliers will collect the equipment at the agreed date and time notified by the Council.
Delivery/collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 162400 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: AV Equipment
Lot No:4
II.2.2) Additional CPV code(s)
32320000, 32321200, 50300000, 50340000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire AV Equipment for individual events locations to be agreed.
The Purchaser requires to hire AV Equipment for individual l events within the City of Glasgow.
As the requirements will be specific for each Event the purchaser will undertake a mini competition and invite the successful bidders for this Lot to participate.
The mini completion will clearly specify the requirements of the Event, delivery and installation timelines that are required to be met.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 462000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Furniture
Lot No:5
II.2.2) Additional CPV code(s)
39000000, 34928400
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire furniture for individual events at locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a draft order to the Council to review.
On agreement the Council will raise a PO for the hire of furniture and confirm the delivery location.
Supplier will deliver the furniture on the agreed date and time, to the agreed location.
Supplier will collect furniture at the agreed date and time notified by the Council.
Delivery/collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 46000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Marquees
Lot No:7
II.2.2) Additional CPV code(s)
44112000, 44212320, 44000000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire marquees, including the installation and dismantling and associated equipment for individual events in locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a draft order to the Council to review.
On agreement the Council will raise a PO for the hire of marquees, installation and associated equipment and confirm the delivery location.
Supplier will deliver and install the marquees and associated equipment on the agreed date and time, to the agreed location.
Delivery vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
Supplier to dismantle marquees and associated equipment at the agreed date and time as notified by the Council.
Delivery/Collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 636000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Toilets Standard
Lot No:8
II.2.2) Additional CPV code(s)
24955000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire toilets and associated equipment for individual events in locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit draft order to the Council to review.
Cost for the hire of single unisex/access toilets and associated equipment shall include the delivery and collection of toilet and associated services. There shall be no minimum order quantity.
On agreement the Council will raise a PO for the hire of toilets and associated equipment and confirm the delivery location.
Supplier to deliver toilets and associated equipment on the agreed date and time, to the agreed location.
Supplier maybe requested to provide a service visit for each toilet on event date. This shall be confirmed as part of the individual event schedule of requirements.
Suppliers maybe requested to provide stand by service on events day this shall be confirmed as part of the event schedule of requirements.
Delivery and collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 458000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Mobile Screens
Lot No:9
II.2.2) Additional CPV code(s)
30231300, 32351200, 30237210
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires hiring Mobile Screens and associated equipment for individual events within the City of Glasgow.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, and delivery time.
The supplier will review the requirements and submit a draft order to the Council to be reviewed.
On agreement the Council will raise a PO for the hire of mobile screens and associated equipment and confirm the delivery location.
Suppliers to deliver and erect mobile screens and associated equipment on the agreed date and time, at the agreed location.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 260000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Staging inc PA Equipment and Stage Lighting
Lot No:10
II.2.2) Additional CPV code(s)
45237000, 48952000, 31000000, 31500000, 31518200, 31527260, 31530000, 32000000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The purchaser requires to hire Staging, including PA equipment, stage lighting and associated services for individual events within the City of Glasgow.
As the specification will be specific for each Event the purchaser will undertake a mini competition and invite the successful bidders for this Lot to participate.
The mini completion will clearly specify the requirements of the Event, delivery and installation timelines that are required to be met.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 388800 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Installation Removal and Storage of Crib and related accessories
Lot No:11
II.2.2) Additional CPV code(s)
44210000, 44212300, 44200000, 45223200, 45262400, 45262420
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
George Square forms the centrepiece of Glasgow’s Christmas lighting display each year. Part of the display is a custom made crib which is installed annually on the south east grassed area as indicated on drawing EL (63)001. The actual position is determined by the 4 corner concrete pad foundations that are permanently left in place but usually overgrown by grass which has to be cut back each year.
This framework Lot is for the installation, removal and storage of crib including the contents and lighting system, reindeer, sleigh, figures and manger.
Any minor adhoc maintenance and repairs that are required to the crib, reindeer and sleigh will be instructed as additional work.
All the features are currently stored at a Glasgow based location.
The successful Contractor will be required to uplift all the crib components, accessories and features from their current location and transport to their own storage facility.
The Contractor will provide suitable transport to take the crib to George Square each year and to allow for its installation.
The legal ownership of the crib including lighting system, reindeer, sleigh and figures and manger shall remain vested with the Council for the duration of the contract.
The Contractor shall be wholly responsible for the handling of the all the crib components during its storage, transport, erection and dismantling for the duration of the framework and will be liable for all replacement costs for any damage to the stainless steel or glass components due to mistreatment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Storage/Weighting:16Quality criterion -Name: Quality 2 — Out of Hours/Weighting:10Quality criterion -Name: Quality 3 — Workload Management/Weighting:16Quality criterion -Name: Quality 4 — Maintenance/Weighting:10Quality criterion -Name: Quality 5 — Sustainability/Weighting:3Quality criterion -Name: Quality 6 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 76000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Inspection/Maintenance/ Repair of Staging lighting for Secondary Schools within the Council or other premises if required by a Contract Authority named on this Agreement
Lot No:12
II.2.2) Additional CPV code(s)
31000000, 31500000, 31518200, 31527260, 31530000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council is seeking bids from service providers to establish a contractual agreement for the inspection, testing, maintenance and repair (including emergency call out repairs) to stage lighting & associated equipment all located within 29 Secondary Schools within the Glasgow area. This agreement will accommodate one annual maintenance visit per establishment and also cover any ad-hoc / emergency call outs that may be required during the contract period.
The appointed contractor will manage and conduct the inspection, testing, planned maintenance, reactive repairs (including emergency call out repairs), advising the Client on compliance with relevant legislation/regulations/best practice, the recommendation and provision of upgrade proposals and costs all relating to the stage lighting installations, truss structures and rigging and theatrical curtain tracks all located in 29 Secondary Schools in various locations throughout Glasgow.
The extent of the required services shall comprise a planned maintenance regime for all named Secondary School properties.
The Contractor shall provide site attendance within the response time prescribed by the Council (which shall be within 4 hours of a request for critical emergency repairs and callouts and within 48 hours of a request for routine repairs and callouts) and where possible ensure a first time fix.
The Contractor shall provide site attendance within:
48 hours from receipt of a routine repair call out request.
4 hours for receipt of a critical emergency repair request.
The required Response Times shall be prescribed by a Responsible Person from the school in question and NOT by the contractor. Out of hours call outs shall include all requests for site attendance between the hours of 17:00 and 21:00.
The Contractor shall, in the wake of each Annual Maintenance/Inspection visit, produce up to date reports.
The Council will require the submission of a quarterly report detailing all work that has been carried out over the previous 3 months.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Service delivery/Weighting:20Quality criterion -Name: Quality 2 — Annual Maintenance/Audit/Weighting:3Quality criterion -Name: Quality 3 — Customer Service & Account Management/Weighting:10Quality criterion -Name: Quality 4 — Compliance Procedure/Weighting:10Quality criterion -Name: Quality 5 — Staff and Training/Weighting:9Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 100000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Site Cabins and Containers
Lot No:6
II.2.2) Additional CPV code(s)
44211110
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire cabins and associated equipment for individual event locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a draft order to the Council to review.
On agreement the Council will raise a PO for the hire of cabins and associated equipment and confirm the delivery location.
Supplier to deliver the cabins on the agreed date and time, to the agreed location.
Supplier will collect the cabins and associated equipment at the agreed date and time notified by the Council.
All delivery/collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 260000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Trackway and Walkway
Lot No:3
II.2.2) Additional CPV code(s)
34953300, 45213316
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council requires to hire trackway/walkway and associated equipment for individual events in locations to be agreed.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, delivery time and pick up time.
The supplier will review the requirements and submit a Draft order to the Council to review.
The Council will raise a PO for the agreed quantity of trackway/walkway and associated equipment and confirm the delivery location.
Suppliers will deliver trackway/walkway and associated equipment on the agreed date and time.
Suppliers will undertake the installation of trackway/walk way as agreed.
Supplier will dismantle trackway/walkway as agreed.
Suppliers will collect the trackway/walk and associated equipment at the agreed date and time as notified by the Council.
Delivery/collection vehicles must come with a hi-ab or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Delivery/Weighting:21Quality criterion -Name: Quality 2 — Out of Hours/Weighting:8Quality criterion -Name: Quality 3 — Workload Management/Weighting:11Quality criterion -Name: Quality 4 — Maintenance/Weighting:5Quality criterion -Name: Quality 5 — Customer Service/Weighting:7Quality criterion -Name: Quality 6 — Sustainability/Weighting:3Quality criterion -Name: Quality 7 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 188000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:There will be an option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Fireworks and Pyrotechnics Display
Lot No:13
II.2.2) Additional CPV code(s)
24613200, 39225500, 39225000
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The council requires to hire, a suitably qualified and experienced supplier for the supply of Firework/ Pyro displays these services include but not limited to:
— Fireworks/Pyro – Timed Display to Specification and Budget including supply, delivery, installation, firing, supervision, dismantling and removal of fireworks,
— Suppliers must have experience of providing and managing fireworks / pyro displays in built up areas (Town Centre/Council build roofs) as well as open spaces,
— Supply/produce a creative innovative display choreographed and precision fired to music,
— Appropriate generator(s) for all requirements attributable to this contract,
— Transportation of all equipment and personnel of the appointed contractor to and from the site(s).
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, and delivery time.
The supplier will review the requirements and submit a quotation to the Council to review.
On agreement the Council will raise a PO for the hire of the services.
Delivery/collection vehicles must come with a hi-ab vehicle or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Service Delivery/Weighting:42Quality criterion -Name: Quality 2 — Staff/Weighting:5Quality criterion -Name: Quality 3 — Sustainability/Weighting:3Quality criterion -Name: Quality 4 — Best Value/Weighting:5Quality criterion -Name: Quality 5 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 108000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: First Aid for Events
Lot No:14
II.2.2) Additional CPV code(s)
80562000, 80560000, 33141623
II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
UK, Glasgow.
II.2.4) Description of the procurement:
The Council has a requirement for the hire of a suitably qualified and experienced supplier for First Aid Services these services include but not limited to:
— Qualified Paramedic Personnel,
— Qualified First Aid Personnel,
— Ambulance Vehicles and crew,
— Mobile first Aid Units and crew.
The Council will provide a schedule of requirements to the supplier along with a Data Sheet confirming the date of the event, location, and delivery time.
The supplier will review the requirements and submit a quotation to the Council to review.
On agreement the Council will raise a PO for the hire of the services.
Delivery/collection vehicles must come with a hi-ab vehicle or its own forklift vehicle unless by prior arrangement with the Council.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality 1 — Service Delivery/Weighting:47Quality criterion -Name: Quality 2 — Staff and Training/Weighting:5Quality criterion -Name: Quality 3 — Sustainability/Weighting:3Quality criterion -Name: Quality 4 — Fair Working Practices/Weighting:5
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 40000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Option to extend for 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:ESPD 4A.1 Statement:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015…“…in the United Kingdom, the economic operator may be requested to provide a certificate from the Registrar of Companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name.”).
III.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 and balance sheet strength,
— financial requirements should be calculated on latest filed accounts with Company House,
— non -Company applicants must supply documentary evidence that the undernoted financial requirements have been met,
— trading performance,
— an overall positive outcome on pre-tax profits over a 3 year period,
— exceptional items can be excluded from the calculation,
— balance sheet strength,
— net worth of the organisation must be positive,
— intangibles can be included for purposes of the Total Assets figure,
— the above would be expressed in the ratio Total Assets/Total Liabilities,
— 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.
Minimum level(s) of standards possibly required: See Section 4B minimum insurance requirements of the all statements for notice template for confirmation of the minimum levels of insurances required for this tender.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in Part II.2.4 of the OJEU Contract Notice and as further detailed in the ITT.
Minimum level(s) of standards possibly required:Please refer to the ESPD statements document uploaded to the Buyers Attachment area in PCS-T.
III.2.2) Contract performance conditions: KPI’s for the The Supply of Events Services, Equipment (via hire) & Associated Structures will be listed under Section 4 of the scope of services within the ITT document under 4.11 Key Performance Indicators (KPI) (found within the buyers attachment area within PCS-T) but may be amended dependant on the specific requirements of the contract for each category throughout the term of the agreement.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:50IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-01-19 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-05-21
IV.2.7) Conditions for opening tenders
Date: 2018-01-19 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Further notices will be published in 2021.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2: applicants must hold the certificates for Quality Control, Health and Safety, Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the “ESPD Statements Document, The Supply of Events Services, Equipment (via hire)&Associated Structures” uploaded to the buyers attachment area on PCS-T. Health & Safety-Please complete H&S Questionnaire for Lot 1-11, 13,14, seperate H&S Questionaire Lot 12 which is contained in the attachments section of PCS-T. Applicants must complete the appropriate Lot Questionnaire as part of their submission. Responses to the Questionnaire will be evaluated pass or fail.
Freedom of Information Act— Information on the FOI Act is contained in Appendix A of the ITT. Applicants note the implications of this legislation and ensure any information they wish the council to consider withholding is specifically indicated on the certificate contained in buyers attachments area in PCS Tender portal (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 in the tenderers amendment certificate contained in the buyers attachment area in PCS Tender portal.
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 subcontractors 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 impose this condition on its subcontractors in respect of payments due to any sub-subcontractors,if any. Applicants will be required to complete the prompt payment certificate in buyers attachment area in PCS Tender portal.
Non-collusion — Applicants to complete the Non Collusion certificate contained in buyers attachments area in PCS Tender portal.
Insurance Mandate — All suppliers will be required to sign an Insurance Mandate in buyers attachments area in PCS Tender portal.If it is not signed and returned the Council reserves the right to request copies of Certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within PCS Tender portal.
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 8970
For more information see:
A subcontract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
— community Benefits for Lots 1-10 13 & 14. Bidders are required to review the Community Benefits Menu (provided within the Buyer’s Attachment Area within PCS) and indicate the type and volume of Community Benefits outcomes which will be delivered should framework spend reach the initial spend threshold of GBP 50 000 and outlined within the Community Benefit Menu,
— community Benefits may be supported through the provision of free equipment or services for Council run Events or local community Events,
— community Benefits for Lots 11 & 12.The successful suppliers for Lots 11 and 12 are required to provide a minimum of 4 outcomes from the Menu within Lot 11 and 12 of PCS-T i.e. 4 outcomes for Lot 11 and four outcomes for Lot 12,
— community Benefits may be supported through the provision of free equipment or services for Council run Events or local community Events.
(SC Ref:516858)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow City Council
Postal address: Chief Executives Department, City Chambers
Town: Glasgow
Postal code: G2 1DU
Country: United Kingdom
Telephone: +44 1412876429
E-mail: james.cook@glasgow.gov.uk
Fax: +44 1412879399
Internet address: www.glasgow.gov.uk
VI.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 he 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 Sherriff 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.
VI.5) Date of dispatch of this notice:2017-12-14
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> >