Award

The Preparation and Delivery of the Style Mile Christmas Carnival

GLASGOW CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

03 Mar 2021 at 00:00

TenderUpdate

26 Oct 2020 at 00:00

Tender

25 Aug 2020 at 00:00

Summary of the contracting process

Glasgow City Council is conducting a tender for the preparation and delivery of the Style Mile Christmas Carnival, a project aimed at enhancing the festive retail atmosphere in the heart of Glasgow. This procurement falls under the services category and is classified as an open procedure, with a total contract value of £250,000 over a four-year period from 1 February 2021 to 31 January 2025, with a potential 12-month extension. The tender submission deadline has been set for 30 November 2020. Interested parties should note that the tendering process is in the award stage, following the completion of bids and evaluations.

This contract presents a significant opportunity for businesses specialising in event services, particularly those with experience in street arts and parade production. Companies that can demonstrate a strong and innovative approach to large-scale events, alongside a proven track record, would be well-suited to compete for this contract. With the annual Style Mile Christmas Carnival drawing approximately 20,000 additional visitors to the city centre each year, businesses engaged in event management, entertainment, or community-focused services may find considerable growth potential in contributing to this vibrant initiative.

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

Notice Title

The Preparation and Delivery of the Style Mile Christmas Carnival

Notice Description

The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.

Lot Information

Lot 1

The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions. The estimated annual spend is 50,000GBP, with a total spend for the delivery of this contract being 250,000GBP over the length of the contract (4 years + up to 12 months optional extension period). The Style Mile Christmas Carnival heralds the launch of the festive shopping campaign and is an evolving concept. It represents the council's commitment to develop a retail and community focused Christmas event to launch the busiest shopping period of the year whilst promoting Glasgow city centre's competitive retail offer. The current Style Mile Christmas Carnival programme involves a range of different activities which take place around the central Carnival Parade - a family focused procession, developed with retailers and community groups. The overall programme includes street entertainment, live music, and other family focused activities. On average, the Christmas Carnival has drawn an additional 20,000 people into the city centre each year. Glasgow's Style Mile relates to the square mile in the heart of Glasgow's city centre and is the city's principal retail area and the UK's top retail destination outside London's West End. The Style Mile is a public-private partnership initiative to promote, protect and enhance the city's retail offering and part of this strategy includes the development of an entertainment programme on the Style Mile which links into the launch of the festive retail campaign. There is no requirement for this contract to be split into lots.. 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.

Renewal: The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000618211
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408541
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79952000 - Event services

79952100 - Cultural event organisation services

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
£250,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£250,000 £100K-£500K

Notice Dates

Publication Date
3 Mar 20215 years ago
Submission Deadline
29 Oct 2020Expired
Future Notice Date
Not specified
Award Date
16 Feb 20215 years ago
Contract Period
Not specified - Not specified
Recurrence
Estimated timing for further notice to be published is 2025

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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 9EW
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

Supplier Information

Number of Suppliers
1
Supplier Name

BRIDGEMAN ARTS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393295
    The Preparation and Delivery of the Style Mile Christmas Carnival - The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408541
    The Preparation and Delivery of the Style Mile Christmas Carnival - The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.

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-r6ebe6-0000618211-2021-03-03T00:00:00Z",
    "date": "2021-03-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000618211",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-16",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G2 9EW"
            },
            "contactPoint": {
                "url": "http://www.spfo.org.uk"
            },
            "roles": [
                "reviewBody",
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-22",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-1",
            "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": "Lesley Thomson",
                "email": "Lesley.Thomson2@glasgow.gov.uk",
                "telephone": "+44 1412878637",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-153",
            "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": "Lindsay McGibbon",
                "email": "lindsay.mcgibbon@glasgow.gov.uk",
                "telephone": "+44 1412876964",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-398",
            "name": "Bridgeman Arts",
            "identifier": {
                "legalName": "Bridgeman Arts"
            },
            "address": {
                "streetAddress": "flat 1/1, 10 Glaive Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G13 2HX"
            },
            "contactPoint": {
                "telephone": "+44 1419540777"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-59",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-153"
    },
    "tender": {
        "id": "GCC004559CPU",
        "title": "The Preparation and Delivery of the Style Mile Christmas Carnival",
        "description": "The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79952100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-10-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-10-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG393295",
                "documentType": "contractNotice",
                "title": "The Preparation and Delivery of the Style Mile Christmas Carnival",
                "description": "The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393295",
                "format": "text/html"
            },
            {
                "id": "MAR408541",
                "documentType": "awardNotice",
                "title": "The Preparation and Delivery of the Style Mile Christmas Carnival",
                "description": "The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408541",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council requires to engage an Event Services Company to create, prepare and deliver the Style Mile Christmas Carnival (SMCC). The key objective is that this project will be delivered by an organisation with a strong and demonstrable track record of innovative street arts and parade production. The contract is expected to run for 4 years, commencing 1 February 2021 and ending 31 January 2025. The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions. The estimated annual spend is 50,000GBP, with a total spend for the delivery of this contract being 250,000GBP over the length of the contract (4 years + up to 12 months optional extension period). The Style Mile Christmas Carnival heralds the launch of the festive shopping campaign and is an evolving concept. It represents the council's commitment to develop a retail and community focused Christmas event to launch the busiest shopping period of the year whilst promoting Glasgow city centre's competitive retail offer. The current Style Mile Christmas Carnival programme involves a range of different activities which take place around the central Carnival Parade - a family focused procession, developed with retailers and community groups. The overall programme includes street entertainment, live music, and other family focused activities. On average, the Christmas Carnival has drawn an additional 20,000 people into the city centre each year. Glasgow's Style Mile relates to the square mile in the heart of Glasgow's city centre and is the city's principal retail area and the UK's top retail destination outside London's West End. The Style Mile is a public-private partnership initiative to promote, protect and enhance the city's retail offering and part of this strategy includes the development of an entertainment programme on the Style Mile which links into the launch of the festive retail campaign. There is no requirement for this contract to be split into lots.. 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": 250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "o Methodology of Approach to the Requirement",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The council will have an option to extend the contract for one period of up to 12 months, which will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-10-29T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Success & Evaluation/Key Performance Indicators for The Preparation and Delivery of the Style Mile Christmas Carnival will be listed under Section 4.15 within the ITT document (found within the Buyers Attachment area within PCS-T) but may be amended dependant on the specific requirements of the contract throughout the term of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 4A.2 Statement Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Financial Requirements are: Bidders must comply with the undernoted financial requirements in relation to Trading Performance in order to participate in the tendering process:- There is a minimum financial requirement that affects 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. Trading Performance 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. Bidders 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. Bidders 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. Where the bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two most recent sets of annual audited accounts including profit and loss information. The council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Bidders who are subsequently appointed to the Contract shall, during the lifetime of the Contract, inform the council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Bidder no longer meet the requirements set out in this ESPD. Insurance Requirements are: Employer's Liability 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 (10,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum TWO HUNDRED AND FIFTY THOUSAND (250,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate."
                },
                {
                    "type": "technical",
                    "description": "ESPDS 4C.1.2 Statement Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. Please note that you are required to provide three examples of a similar size or value within the last THREE years, from either the public or private sector, where you have delivered street arts and parade production. Please include key areas of - Creation - Preparation - Delivery - Marketing Campaign PLEASE NOTE THE COUNCIL IS LOOKING FOR THREE EXAMPLES Please refer to the ESPD Statements document uploaded to the Buyers Attachment area in PCS-T. Bidders must score a minimum threshold of 60 out of 100 overall for question 4C.1.2 over the three examples. Any Bidder who fails to achieve the minimum score for this question will be disqualified."
                }
            ]
        },
        "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 the contract, conclude the framework agreement or establish a dynamic purchasing system. 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, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued 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": true,
        "recurrence": {
            "description": "Estimated timing for further notice to be published is 2025"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-1",
                "description": "New Tender Closing Date - has been changed from 29 October 2020 to 30 November 2020. New End Date for Clarification Messages - has been changed from 26 October 2020 to 23 November 2020",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-10-29T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-11-30T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-10-29T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-11-30T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "VI.3) Additional information Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Statements' document situated within the buyers attachment area of PCS-T. Health & Safety - applicants must complete and return the Health & Safety questionnaire found in the Technical envelope within the PCS Tender Portal. 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 Technical envelope 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 they may wish to make conditional to this offer. 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 subcontractors 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 Technical envelope within the PCS Tender portal. Non - Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical envelope 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 Attachment area of the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation To Tender documents and the ESPD Statements document. Applicants must ensure they read these in line with this contract notice. (SC Ref:645629)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618211"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618211"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618211"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004559CPU",
            "suppliers": [
                {
                    "id": "org-398",
                    "name": "Bridgeman Arts"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004559CPU",
            "awardID": "GCC004559CPU",
            "status": "active",
            "value": {
                "amount": 250000,
                "currency": "GBP"
            },
            "dateSigned": "2021-02-16T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 167-406051"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1008",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "1009",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "1010",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1011",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1012",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}