Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 24 August 2023
  • Last modified: 24 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-038926
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
24 August 2023
Deadline date:
22 August 2030
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

UK

Contact person: Linda O'Dell

Telephone: +44 1412765623

E-mail: linda.o'dell@glasgow.gov.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgow.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

Telephone: +44 3003000300

E-mail: cpu@renfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.renfrewshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

I.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

UK

Telephone: +44 1389737000

E-mail: Corporate.Procurement@west-dunbarton.gov.uk

NUTS: UKM81

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

I.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

UK

Telephone: +44 1415484281

E-mail: procurement.enquiries@strath.ac.uk

NUTS: UKM82

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

UK

Telephone: +44 1412875923

E-mail: info@glasgowlife.org.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgowlife.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

I.2) Joint procurement

The contract involves joint procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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

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

Reference number: GCC005449CPU

II.1.2) Main CPV code

79952000

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 17 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Hire of Temporary Power, Generators and Accessories

II.2.2) Additional CPV code(s)

31120000

30237280

31100000

31122000

31127000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  10-90

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 2

II.2.1) Title

Hire of Fencing and Accessories

II.2.2) Additional CPV code(s)

34928310

34928220

79952000

79952100

44231000

45340000

45342000

34928300

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Lot No: 3

II.2.1) Title

Hire of Trackway and Walkway

II.2.2) Additional CPV code(s)

34953300

79952000

45213316

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Lot No: 4

II.2.1) Title

Hire of AV Equipment

II.2.2) Additional CPV code(s)

32320000

32321200

32321300

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Lot No: 5

II.2.1) Title

Hire of Furniture

II.2.2) Additional CPV code(s)

39000000

39100000

39156000

39151000

39151300

79952000

34928400

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 6

II.2.1) Title

Hire of Cabins and Containers

II.2.2) Additional CPV code(s)

44211110

34220000

34221000

44613000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 7

II.2.1) Title

Hire of Marquees

II.2.2) Additional CPV code(s)

39522530

79952000

44112000

44212320

44000000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 8

II.2.1) Title

Hire of Toilets

II.2.2) Additional CPV code(s)

79952000

79952100

24955000

34223300

34223330

44411800

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 9

II.2.1) Title

Hire of Mobile Screens

II.2.2) Additional CPV code(s)

30231300

32351200

30237210

45252123

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 10

II.2.1) Title

Hire of Staging, PA Equipment and Stage Lighting

II.2.2) Additional CPV code(s)

45237000

48952000

31000000

31500000

31518200

31527260

31530000

32000000

79952100

79952000

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 11

II.2.1) Title

Supply of Fireworks/Pyrotechnic Displays

II.2.2) Additional CPV code(s)

24613200

39225500

92360000

39225000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 12

II.2.1) Title

Supply of Lighting Installation and Projections

II.2.2) Additional CPV code(s)

48326100

71354100

32320000

32321000

92130000

45316100

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 13

II.2.1) Title

Provision of Event Waste & Environmental Services

II.2.2) Additional CPV code(s)

90500000

90000000

90700000

90900000

90910000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 14

II.2.1) Title

Provision of Design and Consultancy Services

II.2.2) Additional CPV code(s)

22314000

79415200

79132000

71356400

71410000

79952000

71315210

71530000

72224000

79410000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 15

II.2.1) Title

Hire of Mobile Bar Units

II.2.2) Additional CPV code(s)

55400000

34220000

34221000

34223330

44613600

55410000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.

Lot No: 16

II.2.1) Title

Hire of Grandstand Seating

II.2.2) Additional CPV code(s)

34515000

44112000

44212320

45223110

45223800

34514700

39110000

39111200

39113000

79952000

79952100

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

UKM81


Main site or place of performance:

UK, Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 10/90

Price / Weighting:  90-10

II.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.

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1.2) 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.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Key Performance Indicators will be listed at individual tender stage

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-035959

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

Date: 22/08/2030

Local time: 12:00

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

Date: 23/08/2030

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

10 years

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

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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G2 9DA

UK

E-mail: glasgow@scotcourts.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 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.

VI.5) Date of dispatch of this notice

23/08/2023

Coding

Commodity categories

ID Title Parent category
30237210 Anti-glare screens Parts, accessories and supplies for computers
45223800 Assembly and erection of prefabricated structures Structures construction work
32321200 Audio-visual equipment Television projection equipment
32321300 Audio-visual materials Television projection equipment
55410000 Bar management services Beverage-serving services
55400000 Beverage-serving services Hotel, restaurant and retail trade services
71315210 Building services consultancy services Building services
79410000 Business and management consultancy services Business and management consultancy and related services
44211110 Cabins Prefabricated buildings
79132000 Certification services Legal documentation and certification services
24955000 Chemical toilets Specialised chemical products
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90910000 Cleaning services Cleaning and sanitation services
71530000 Construction consultancy services Construction-related services
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
79952100 Cultural event organisation services Event services
79415200 Design consultancy services Production management consultancy services
22314000 Designs Postcards
71354100 Digital mapping services Map-making services
48326100 Digital mapping system Mapping software package
30231300 Display screens Computer screens and consoles
31100000 Electric motors, generators and transformers Electrical machinery, apparatus, equipment and consumables; lighting
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
31127000 Emergency generator Generators
31518200 Emergency lighting equipment Signalling lights
90700000 Environmental services Sewage, refuse, cleaning and environmental services
45342000 Erection of fencing Fencing, railing and safety equipment installation work
79952000 Event services Exhibition, fair and congress organisation services
34928220 Fencing components Road furniture
45340000 Fencing, railing and safety equipment installation work Building installation work
24613200 Fireworks Signalling flares, rain rockets, fog signals and pyrotechnic articles
34515000 Floating structures Ships
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
31122000 Generator units Generators
31120000 Generators Electric motors, generators and transformers
45223110 Installation of metal structures Structures construction work
45316100 Installation of outdoor illumination equipment Installation work of illumination and signalling systems
45213316 Installation works of walkways Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
44613000 Large containers Tanks, reservoirs, containers and pressure vessels
39225000 Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels Kitchen equipment, household and domestic items and catering supplies
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
31527260 Lighting systems Spotlights
39156000 Lounge and reception-area furniture Miscellaneous furniture and equipment
44231000 Made-up fencing panels Builders carpentry
44112000 Miscellaneous building structures Construction materials
39151000 Miscellaneous furniture Miscellaneous furniture and equipment
39113000 Miscellaneous seats and chairs Seats, chairs and related products, and associated parts
44212320 Miscellaneous structures Structural products and parts except prefabricated buildings
34514700 Mobile platforms Floating or submersible drilling or production platforms
34223330 Mobile units on trailers Trailers and semi-trailers
39151300 Modular furniture Miscellaneous furniture
92130000 Motion picture projection services Motion picture and video services
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
34953300 Passenger walkway Access ramps
30237280 Power supply accessories Parts, accessories and supplies for computers
72224000 Project management consultancy services Systems and technical consultancy services
48952000 Public address systems Boat-location and public address system
92360000 Pyrotechnic services Entertainment services
39225500 Pyrotechnics Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
34928300 Safety barriers Road furniture
34928310 Safety fencing Road furniture
45252123 Screening installations Construction works for sewage treatment plants, purification plants and refuse incineration plants
32351200 Screens Accessories for sound and video equipment
39110000 Seats, chairs and related products, and associated parts Furniture
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
34221000 Special-purpose mobile containers Trailers, semi-trailers and mobile containers
45237000 Stage construction works Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71356400 Technical planning services Technical services
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus
32321000 Television projection equipment Television and audio-visual equipment
39522530 Tents Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods
39111200 Theatre seats Seats
34223300 Trailers Trailers and semi-trailers
34220000 Trailers, semi-trailers and mobile containers Vehicle bodies, trailers or semi-trailers
34928400 Urban furniture Road furniture
71410000 Urban planning services Urban planning and landscape architectural services
44411800 Urinals Sanitary ware
44613600 Wheeled containers Large containers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
linda.o'dell@glasgow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.