Contract to Deliver SPECTRA Festival of Light 2020
To manage all operational and promotion activity to ensure SPECTRA is delivered in February 2020.
United Kingdom-Aberdeen: Festival organisation services
2019/S 105-256220
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
United Kingdom
Telephone: +44 1467530600
E-mail: cpscityshire@aberdeencity.gov.uk
NUTS code: UKM50
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract to Deliver SPECTRA Festival of Light 2020
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Aberdeen City Council are seeking an experienced and qualified arts/events organisation or consortium to manage all operational and promotion activity to ensure SPECTRA is delivered in February 2020. Scope of work includes all bookings and scheduling for artists/ work, planning, risk management, marketing, fundraising, education, community outreach and training as well as onsite events management. Contract will run for 1 year from August 2019, with the option to extend for a further 4 periods, each period being a 1 year duration.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Aberdeen City Centre, within the boundaries of Aberdeen City Council government area, Scotland, Great Britain.
II.2.4)Description of the procurement:
The services are being procured using a competitive open process.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Council shall have the sole option of extending the contract for a further period of up to 4 years after the expiry of the initial term, this being for a period of 1 year, plus 1 year,plus 1 year and plus 1 year.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
No requirements relating to enrolment on professional or trade registers.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
This section refers to questions in Section B (Economic and Financial Standing), Part IV of the ESPD Scotland.
In respect of a Consortium, each and every Consortium Member must meet the minimum economic and financial standing selection criteria in its own right or through its reliance on a Reliance Entity in order for the Consortium to achieve a pass. For the avoidance of doubt, if a Consortium consists of multiple entities of which one or all of those entities individually fail to meet the minimum criteria, their combination will not be deemed to have sufficient financial and economic standing in combination to pass.
Minimum level(s) of standards required:
4B.1.2 Bidders are required to provide their yearly and average turnover for the last 3 years.
4B1.3 Where available, tenderers, Consortium Members or their Reliance Entities (where applicable) should provide links to an electronic copy of the relevant audited financial statements or other such documentation the Tenderer is offering as means of proof.
4B.3 Where turnover information is not available for the time period requested, the tenderer will be required to state the date which they were set up or started trading.
4B.5.1a to 4B5.2 — It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— employers liability insurance to the value of 5 000 000 GBP (for each and every occurrence),
— public liability (third party) insurance to the value of 10 000 000 GBP (for each and every occurrence),
— professional indemnity insurance to the value of 10 000 000 GBP (for each and every occurrence).
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service/supplies as described.
4C.1 — Tenderers will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in Part II.1.4 of the OJEU Contract Notice and tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=585295
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Council is committed to carrying out its activities in a responsible and sustainable manner, this includes considering how it can improve the economic, social and environmental well-being of the area through its procurement decisions.
The following have been identified as community benefit objectives in relation to this contract:
— community engagement and community empowerment,
— collaborative working,
— engagement of 3rd Sector organisations,
— promoting fair work practices/the living wage,
— education; employability and skills training,
— providing positive improvements to the city’s well-being; socially, economically and environmentally.
The successful tenderer will be expected to assist the Council in furthering these objectives in relation to the contract, committing to delivering and reporting on community benefits which will be monitored as a KPI during ongoing contract management.
(SC Ref:585295)
VI.4.1)Review body
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
United Kingdom
Telephone: +44 1467530600
E-mail: cpscityshire@aberdeencity.gov.ukInternet address: http://www.aberdeencity.gov.uk
VI.5)Date of dispatch of this notice: