Award

The Look Services Glasgow 2018 European Championships

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Mar 2018 at 00:00

Tender

15 Nov 2017 at 00:00

Summary of the contracting process

The Glasgow City Council is conducting an open procurement process titled "The Look Services Glasgow 2018 European Championships" to secure a supplier for look services related to the Championships taking place in Glasgow. Currently in the award stage, the tender is related to the services category and has a significant expected value of £475,000. The deadline for submission was 18 December 2017, with the contract period set to begin on 19 January 2018 and run until 31 August 2019. Key contact for this tender is Ken Moncrieff, who can be reached via email or telephone for any inquiries.

This procurement presents substantial opportunities for businesses in the event management and services sector, particularly those specialising in aesthetic installations and venue transformations. Companies with a relevant track record of delivering similar look services at large-scale sporting events are ideal candidates for participation. Additionally, firms that can meet robust insurance and financial criteria will find this tender an excellent path to expanding their portfolios and capabilities in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Look Services Glasgow 2018 European Championships

Notice Description

Glasgow 2018 European Championships had a requirement to appoint a Look services supplier(s) to provide the Look services for the Championships.

Lot Information

Lot 1

Glasgow 2018 European Championships had a requirement to appoint a Look Services supplier(s) who will scope out the venues, manufature, delivery and install materials of the Look. They will in addition maintain/replace materials of the Lookand De-Install and remove look assets with the potential to recycle goods where possible.. 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

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000499627
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312292
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79342000 - Marketing services

Notice Value(s)

Tender Value
£475,000 £100K-£500K
Lots Value
£4,750,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Mar 20187 years ago
Submission Deadline
18 Dec 2017Expired
Future Notice Date
Not specified
Award Date
16 Feb 20188 years ago
Contract Period
19 Jan 2018 - 31 Aug 2019 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Ken Moncrieff
Contact Email
ken.moncrieff@glasgow.gov.uk
Contact Phone
+44 1412870612

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM75 City of Edinburgh, TLM77 Perth and Kinross, and Stirling, TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000499627-2018-03-05T00:00:00Z",
    "date": "2018-03-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000499627",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-42",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Ken Moncrieff",
                "email": "ken.moncrieff@glasgow.gov.uk",
                "telephone": "+44 1412870612",
                "faxNumber": "+44 1412879399",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-33",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Ken Moncrieff",
                "email": "ken.moncrieff@glasgow.gov.uk",
                "telephone": "+44 1412870612",
                "faxNumber": "+44 1412879399",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-33"
    },
    "tender": {
        "id": "GCC004217CPU",
        "title": "The Look Services Glasgow 2018 European Championships",
        "description": "Glasgow 2018 European Championships had a requirement to appoint a Look services supplier(s) to provide the Look services for the Championships.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79342000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 475000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-12-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-12-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV301394",
                "documentType": "contractNotice",
                "title": "The Look Services Glasgow 2018 European Championships",
                "description": "Glasgow 2018 European Championships has a requirement to appoint a Look services supplier(s) to provide the Look services for the Championships.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV301394",
                "format": "text/html"
            },
            {
                "id": "MAR312292",
                "documentType": "awardNotice",
                "title": "The Look Services Glasgow 2018 European Championships",
                "description": "Glasgow 2018 European Championships had a requirement to appoint a Look services supplier(s) to provide the Look services for the Championships.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312292",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow 2018 European Championships had a requirement to appoint a Look Services supplier(s) who will scope out the venues, manufature, delivery and install materials of the Look. They will in addition maintain/replace materials of the Lookand De-Install and remove look assets with the potential to recycle goods where possible.. 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",
                "status": "complete",
                "value": {
                    "amount": 4750000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-01-19T00:00:00Z",
                    "endDate": "2019-08-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-12-18T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Minimum Turnover Trading Performance and Balance Sheet strength. Financial requirements should be calculated on latest filed accounts with Company House For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Minimum Turnover Minimum Turnover to be set at GBP500k Trading Performance Ratio An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover 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. The Lead Party in a Joint Venture or Consortium must comply with minimum financial requirements Insurances: The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION(GBP 10,000,000 POUNDS STERLING in respect of any one claim and unlimited in the period. The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least TEN MILLION(GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of the event, Professional Indemnity insurance to the value of a minimum TWO MILLION (GBP 2,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to the ESPDS that the specified insurance will be obtained."
                },
                {
                    "type": "technical",
                    "description": "Please provide two relevant examples of work from the last four years of how your expertise has delivered look services to sporting competitions covering multiple venues for a single event which are comparable to the scope of works. The value of the examples must over GBP450,000. Each example shall be worth 50%.",
                    "minimum": "Bidders must score a minimum threshold of 60% out of the available 100% for the Technical and Professional ability question."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "79342000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Statements Document uploaded to the buyers attachment area on PCS-T. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attachments area 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 he may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyers attachment area within 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 sub-contractors 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 also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Non Collusion -- Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal. The successful supplier will be required to advertise all relevant sub-contracting opportunities within Public Contracts Scotland (PCS) Insurance Mandate - 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 and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9503. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Community Benefits Menu provides examples of the types of Community Benefits sought through delivery of this council contract. Please review this document when considering any potential Mandatory Non-Evaluated Community Benefits you may wish to offer as part of your contract submission. The Community Benefits Menu can be located in the attachments section of PCS-T. (SC Ref:529441)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499627"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499627"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004217CPU",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004217CPU",
            "awardID": "GCC004217CPU",
            "status": "active",
            "dateSigned": "2018-02-16T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 221-459501"
        }
    ]
}