Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Telephone: +44 1467539600
E-mail: cityevents@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.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
Management of Catenary Cable System and Festive Lighting
Reference number: CRN000041657
II.1.2) Main CPV code
50232110
II.1.3) Type of contract
Services
II.1.4) Short description
Bids are invited for the management of the council’s catenary cable system, festive lighting and cross street banner displays. Including maintenance, installation and storage.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31527260
50232000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Bids are invited for the management of the council’s catenary cable system, festive lighting and cross street banner displays.
The council owns festive lighting features including cross street lighting displays, building mounted features, column mounted features and Christmas tree decorations and lights. The successful bidder will be required to maintain, store, install and derig these festive features and decorations throughout the duration of the contract.
From time to time the council may all wish to use some/all of the cross street catenary wires for banner displays to promote the city and up coming events. The council do not currently own the cross street banner framework and the successful bidder would be required to arrange for the design and manufacture of the cross street banner framework as well as the production, installation and removal of the cross street banner displays as directed by the council.
The cross street banners displays and some of the festive lighting features are installed on an existing Catenary Cable System that spans Union Street. The contractor will not be required to install or alter the Catenary Cable System and Wall Anchors, but will be required to appoint a third-party structural engineer to carry out twice annual visual inspection, certify and provide a report of all defects requiring attention complete with a repair specification.
II.2.5) Award criteria
Criteria below:
Quality criterion: Method Statement 1: Provision of Goods/Services/Works
/ Weighting: 40
Quality criterion: Method Statement 2: Contract Resources
/ Weighting: 15
Quality criterion: Method Statement 3: Contract Management
/ Weighting: 15
Quality criterion: Method Statement 4: Health and Safety
/ Weighting: 15
Quality criterion: Method Statement 5: Community Benefits
/ Weighting: 5
Quality criterion: Method Statement 6: Fair Work Practices
/ Weighting: 5
Quality criterion: Method Statement 7: Environmental Wellbeing (Climate Change Duties)
/ Weighting: 5
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/10/2026
End:
15/10/2029
This contract is subject to renewal: Yes
Description of renewals:
24 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.2.13) 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
Selection criteria as stated in the procurement documents
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
The suppliers performance will be measured against the following performance targets/KPI’s:
a. Ability to deliver against the agreed implementation schedule for the festive lighting and cross street banners installation and de-rig.
b. Ability to respond to any unexpected failures or damage to festive lighting, banner displays or catenary cable system.
c. Have Industry and/or professional standards and codes of practice been followed at all times.
The successful bidder must provide a Contract Manager, who will be the primary point of contact between the bidder and the Council.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
2021/S 000-016406
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/06/2026
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/06/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=832011.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
-Engagement of SME’s
-Prompt payment throughout the supply chain
-Promoting Fair Work Practices / The Living Wage
-Promote innovation
-Providing positive improvements to the city’s wellbeing; socially, economically and environmentally
The successful contractor will be expected to assist the Council in furthering these objectives in relation to the contract, committing to delivering and reporting on community benefits.
(SC Ref:832011)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=832011
VI.4) Procedures for review
VI.4.1) Review body
Sheriff and Justice of the Peace Court Building
Aberdeen
UK
VI.5) Date of dispatch of this notice
15/05/2026