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

Paisley Halloween Festival 2026/27/28 - Lighting and Projection

  • First published: 16 January 2026
  • Last modified: 16 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-05fd22
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
16 January 2026
Deadline date:
16 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79952000 Event services Exhibition, fair and congress organisation services

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:
louise.bishop@renfrewshire.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.