European Championships Glasgow 2018 – Presentation Services
For the purpose of this contract, Glasgow City Council require Championships Presentation Services.
United Kingdom-Glasgow: Sports-event organisation services
2017/S 159-328724
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Chief Executives Department, City Chambers
Glasgow
G2 1DU
United Kingdom
Contact person: Sandra MacLennan
Telephone: +44 1412879587
E-mail: sandra.maclennan@glasgow.gov.uk
Fax: +44 1412879399
NUTS code: UKM82
Address of the buyer profile: www.publiccontractsscotland.gov.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
European Championships Glasgow 2018 – Championships Presentation Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Glasgow City Council, along with the City of Berlin, is staging the inaugural European Championships in 2018. For the purpose of this contract, Glasgow City Council require Championships Presentation Services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow, UK.
II.2.4)Description of the procurement:
The Glasgow 2018 European Championships invites tender bids for Championships Presentation Services. The Supplier will be responsible for implementing an agreed and endorsed creative theme across all sports involved in the Championships at each identified venue including production of specific video board content, sport announcements and commentary, in-venue music, agreed lighting, special effects (e.g. pyrotechnics) and entertainment (including interaction the deployment of the Mascot).
In addition, the Supplier will also stage manage the delivery of Medal Ceremonies at each competition venue, including the coordination of flags, anthems and the presentation party in accordance with an agreed protocol.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
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 Liquidity
Minimum Turnover:
Minimum Turnover to be equivalent to contract value
Trading Performance:
An overall positive outcome on pre-tax profits over a 3 year period
Exceptional items can be excluded from calculation
Liquidity Ratios:
Current Ratio
Current Assets/Current Liabilities
Leverage Ratio
Long-term Debt/Net Worth
Applicants must achieve a score of 5 and above from a combination of above 2 liquidity ratios
Scoring Method
Current Ratio
Range
0.00 to 0.80
0.81 to 0.90
0.91 to 1.00
1.01 to 1.10
1.11 to 1.20
1.21 and above
Leverage Ratio
0.01 to 19.99
20.00 to 39.99
40.00 to 59.99
60.00 to 79.99
80.00 to 100.00
Intangibles can be included for purposes of the Net Worth figure.
The above ratios should be calculated on last set of accounts filed at Companies House.
For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts.
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.
The following insurances are required for this contract:
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 (10 000 000 GBP) 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 ten million (10 000 000 GBP) 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 ten million (10 000 000 GBP) 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 the event, Professional Indemnity insurance to the value of a minimum ten million (10 000 000 GBP) pounds sterling in respect of any one claim and in the aggregate.
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.2)Information about electronic workflows
VI.3)Additional information:
The bidder uses the ESPD response as a self-declaration that they have not breached any of the mandatory and discretionary exclusion grounds (or, if they have, they can demonstrate to the public bodies satisfaction that they have taken self-cleansing measures) and that they meet the relevant selection criteria.
For further information regarding regulated procurements of OJEU threshold and above, please refer to Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015, Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016.
Further information is available in the supplier attachment area of the Public Contracts Scotland Tender website.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8480. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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.
Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.
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.
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 Outcomes Document 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 Outcomes Document can be located in the attachments section of PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8480. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
TBC
(SC Ref:499148).
VI.4.1)Review body
Chief Executives Department, City Chambers
Glasgow
G2 1DU
United Kingdom
Telephone: +44 1412879587
E-mail: sandra.maclennan@glasgow.gov.uk
Fax: +44 1412879399Internet address:www.glasgow.gov.uk
VI.4.3)Review procedure
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.
VI.5)Date of dispatch of this notice:
Related Posts
Exhibition Fit Out Contract London
Marketing and Communications Services Framework
Tender for Conference and Event Marketing Services
Provide Exhibition Fit Out Services for VisitScotland
Event Management Services for London Borough of Tower Hamlets