Award

Glasgow 2018 Championships - Main Overlay Provider

GLASGOW CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

29 Jan 2018 at 00:00

TenderUpdate

04 Sep 2017 at 00:00

Tender

30 Aug 2017 at 00:00

Summary of the contracting process

Glasgow City Council is currently in the award stage of the procurement process for the contract titled "Glasgow 2018 Championships - Main Overlay Provider". This opportunity relates to the provision of essential service infrastructure for the Glasgow 2018 European Championships, with a focus on works within the sporting events industry. The contract is based in Glasgow, UK, with an awarded value of £5 million. The contract was signed on 15 December 2017, following an open procurement method which allows for competitive bidding from interested parties.

This procurement presents a significant growth opportunity for businesses in the construction and event management sectors, specifically those with expertise in temporary infrastructure, logistics, and services for large-scale events. Companies that can demonstrate a strong track record in delivering such solutions, as well as a capacity for creative and dynamic service provision, will be well-positioned to compete. Additionally, suppliers capable of adhering to stringent insurance and quality control standards will be favoured in this competitive landscape.

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

Glasgow 2018 Championships - Main Overlay Provider

Notice Description

Glasgow 2018 is seeking to appoint a Main Overlay provider to support the successful staging of the Glasgow 2018 European Championships.

Lot Information

Lot 1

Glasgow 2018 European Championships is seeking to engage with an experienced supplier who can demonstrate an appropriate level of knowledge and experience, a stable history and a track record in delivering the types of services outlined below. The supplier shall provide competent personnel with a blend of education, training, experience and knowledge to be able to provide expert advice and support which will be required as necessary throughout the period of assessments. The supplier is expected to have a range of suitable experience related to the required services in respect of constraints and requirements with the aim of delivering a successful games. Furthermore, the Supplier should offer a flexible, creative and dynamic approach that is fully integrated with Glasgow 2018 European Championships ideals to ensure the Championships are the very best they can be. The Scope of Services and Requirements is related to the procurement of the following: - Tent Structures (inc HVAC, lighting, fire alarms) - Cabins (inc special cabins) - Containers - Toilets and showers cabins - Scaffoldings (platforms, bridges) - Temp Seating (inc Commentary Tribunes) - Exhibition equipment - Portable Chemical Toilets - Site Lighting - Fences - Trackway - Flagpoles - Cable Containment & cable bridges - Furniture, Fixtures & Equipment (FF&E) The estimated delivery dates of commodities for the various venues are around July 2018.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000504495
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN308325
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
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

92 - Recreational, cultural and sporting services


CPV Codes

79952000 - Event services

92622000 - Sports-event organisation services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
£5,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jan 20188 years ago
Submission Deadline
29 Sep 2017Expired
Future Notice Date
Not specified
Award Date
15 Dec 20178 years ago
Contract Period
Not specified - Not specified
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
Not specified
Contact Email
corporateprocurement@glasgow.gov.uk, david.dougan@glasgow.gov.uk, jay.mansfield@glasgow.gov.uk
Contact Phone
+44 1412872000, +44 1412876424

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
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-r6ebe6-0000504495-2018-01-29T00:00:00Z",
    "date": "2018-01-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000504495",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-46",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "jay.mansfield@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "faxNumber": "+44 1412879399",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.glasgow.gov.uk/"
            }
        },
        {
            "id": "org-20",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "corporateprocurement@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "faxNumber": "+44 1412879399"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-6",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "david.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876424",
                "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-6"
    },
    "tender": {
        "id": "GCC004380CPU",
        "title": "Glasgow 2018 Championships - Main Overlay Provider",
        "description": "Glasgow 2018 is seeking to appoint a Main Overlay provider to support the successful staging of the Glasgow 2018 European Championships.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "92622000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-09-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-09-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP294143",
                "documentType": "contractNotice",
                "title": "Glasgow 2018 Championships - Main Overlay Provider",
                "description": "Glasgow 2018 is seeking to appoint a Main Overlay provider to support the successful staging of the Glasgow 2018 European Championships.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294143",
                "format": "text/html"
            },
            {
                "id": "JAN308325",
                "documentType": "awardNotice",
                "title": "Glasgow 2018 Championships - Main Overlay Provider",
                "description": "Glasgow 2018 is seeking to appoint a Main Overlay provider to support the successful staging of the Glasgow 2018 European Championships.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN308325",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow 2018 European Championships is seeking to engage with an experienced supplier who can demonstrate an appropriate level of knowledge and experience, a stable history and a track record in delivering the types of services outlined below. The supplier shall provide competent personnel with a blend of education, training, experience and knowledge to be able to provide expert advice and support which will be required as necessary throughout the period of assessments. The supplier is expected to have a range of suitable experience related to the required services in respect of constraints and requirements with the aim of delivering a successful games. Furthermore, the Supplier should offer a flexible, creative and dynamic approach that is fully integrated with Glasgow 2018 European Championships ideals to ensure the Championships are the very best they can be. The Scope of Services and Requirements is related to the procurement of the following: - Tent Structures (inc HVAC, lighting, fire alarms) - Cabins (inc special cabins) - Containers - Toilets and showers cabins - Scaffoldings (platforms, bridges) - Temp Seating (inc Commentary Tribunes) - Exhibition equipment - Portable Chemical Toilets - Site Lighting - Fences - Trackway - Flagpoles - Cable Containment & cable bridges - Furniture, Fixtures & Equipment (FF&E) The estimated delivery dates of commodities for the various venues are around July 2018.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 270
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-09-29T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "contractTerms": {
            "performanceTerms": "Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "not applicable"
                },
                {
                    "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 GBP 5m 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 FIVE MILLION (GBP 5,000,000) 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.",
                    "minimum": "as above"
                },
                {
                    "type": "technical",
                    "description": "Please refer to Document ESPD Statements Document Main Overlay uploaded to the buyers attachment area on PCS-T.",
                    "minimum": "Bidders must score a minimum threshold of 60% for the Technical and Professional ability question."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79952000",
            "scheme": "CPV"
        },
        "reviewDetails": "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 and conclude the contract. 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 or conclude the contract unless the proceedings are determined, discounted 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.",
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-18",
                "description": "delay in completed ITT docs being finalised",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2017-09-29T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-10-02T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2017-09-29T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-10-02T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Re 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 Main Overlay' 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. 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. (SC Ref:527951)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504495"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504495"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504495"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004380CPU",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004380CPU",
            "awardID": "GCC004380CPU",
            "status": "active",
            "dateSigned": "2017-12-15T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 167-342961"
        }
    ]
}