Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Telephone: +44 3003000300
E-mail: louise.bishop@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Paisley Halloween Festival 2026/27/28 - Lighting and Projection
Reference number: RC-CPU-25-169
II.1.2) Main CPV code
79952000
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council is seeking a highly experienced and established creative company to develop and install Lighting and Projection for Paisley Halloween Festival 2026, 2027 with the optional 1-year extension for 2028; at the sole discretion of the Council. The Council is seeking an experienced service provider who can deliver a full programme for Paisley Halloween Festival in accordance with this specification and Council strategies.
II.1.5) Estimated total value
Value excluding VAT:
172 500.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Paisley
II.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology 2026
/ Weighting: 22.5
Quality criterion: Methodology 2027
/ Weighting: 22.5
Quality criterion: Project Management 2026
/ Weighting: 8.5
Quality criterion: Project Management 2027
/ Weighting: 8.5
Quality criterion: Collaborative Approach 2026
/ Weighting: 4
Quality criterion: Collaborative Approach 2027
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Community Benefits Outcome Menu
/ Weighting: 2
Quality criterion: Community Benefits Methodology
/ Weighting: 3
Quality criterion: Price
/ Weighting: 20
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
172 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/04/2026
End:
30/11/2027
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the Contract for 12 months from 1 December 2027 until no later than 30 November 2028. Any extension will be at the sole discretion of the Council.
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
4B.5 Economic and Financial Standing
4B.6 Economic and Financial Standing
Minimum level(s) of standards required:
Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:
-Employers’ liability – minimum 5m GBP, each and every claim
-Public and products liability – minimum 10m GBP, each and every claim but in the aggregate for products.
-Statutory Third-Party Motor Vehicle Insurance- Third Party cover, unlimited for death and injury and minimum 5m GBP property damage.
The Council will utilise Dun & Bradstreet (D&B) Failure Score of 20 or above. Tenderers (including all participants in a group) are required to have a Failure Score of 20 or above in order to demonstrate its financial strength and stability.
It is recommended that Tenderers review their own D&B Failure Score in advance of submitting a Tender Submission. Where the Tenderer does not have a D&B Failure Score, or where the Tenderer does not consider that the D&B Failure Score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 3 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents S10 Parent Company Guarantee.
Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed and each must achieve a D&B failure score of 20 or above.
Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a D&B failure score of 20 or above. The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.1.2 – Previous Experience
For public service contracts only, please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:
(Examples from both public and/or private sector customers and clients may be provided):
Minimum level(s) of standards required:
Bidders are required to provide 2 examples of similar work they have delivered previously that demonstrate that they have the relevant experience to deliver the services as described in the Procurement Documents.
Two References should be included in the response.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Community Benefits will be part of the award criteria. Details will be confirmed in the ITT
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2025/S 000-086072
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/02/2026
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 tenderer must maintain the tender
Tender must be valid until:
16/07/2026
IV.2.7) Conditions for opening of tenders
Date:
16/02/2026
Local time: 12:00
Place:
Online.
Information about authorised persons and opening procedure:
Two CPU officers will open the tender published on PCS-t, this will either be done in person at Renfrewshire House or online using Microsoft Teams.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
The Council are utilising PCS-Tender to conduct this ITT exercise. The Project code is 30945.
Community benefits are included in this requirement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30945. 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:
The successful tenderer will be required to deliver 30 Community Benefit Points for the duration of this contract.
(SC Ref:820578)
VI.4) Procedures for review
VI.4.1) Review body
Please refer to VI.4.3 below
UK
UK
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH11RQ
UK
VI.5) Date of dispatch of this notice
15/01/2026