Hysbysiad dyfarnu consesiwn
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd
Adran I:
Awdurdod/Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Person cyswllt: Lesley Thomson
E-bost: Lesley.Thomson2@glasgow.gov.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgow.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
The Provision of Winter Hub Services 2025 & 2026
Cyfeirnod: GCC006448CPU
II.1.2) Prif god CPV
79952000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Glasgow is building a new approach to winter events in the city following a strategic review of the festive offering and to support the economic and social recovery of the city. While long-term plans will continue to evolve in the coming months, Glasgow is seeking to work with partners to develop a programme of events and activity in 2025 and 2026 that supports this objective.
The Council seeks to appoint a single concessionaire who can provide creative, innovative proposals for the delivery of festive “Winter Hub” attractions within Glasgow City Centre and at Glasgow Green. Proposals must include all infrastructure supply and installation.
Initial locations for the Winter Hubs have been identified as:
Glasgow Green
St Enoch Square
A sole concessionaire will be awarded the contract for both years. The single appointed concessionaire will be responsible for the design and build of the winter hubs along with the recruitment and management of all vendors throughout the contract period.
Income – A set fee will be payable to the Council from the successful concessionaire for the rights to provide the Winter Hubs and associated activities for each year of the contract.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 3 500 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79952000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
Contract Title: The Provision of Winter Hubs Services 2025 & 2026
Contract Reference: GCC006448CPU
Contract Duration: 2 Years (2025 & 2026 – comprises two Winter Hub sessions)
The Council invites tender bids for a single concessionaire who can provide creative, innovative proposals for the delivery of festive “Winter Hub” attractions within Glasgow City Centre and at Glasgow Green. Proposals must include all infrastructure supply and installation.
Initial locations for the Winter Hubs have been identified as:
Glasgow Green
St Enoch Square
A sole concessionaire will be awarded the contract for both 2025 & 2026 years. The single appointed concessionaire will be responsible for the design and build of the winter hubs along with the recruitment and management of all vendors throughout the contract period.
II.2.7) Hyd y contract, y cytundeb fframwaith, y system brynu ddynamig neu’r consesiwn
Hyd mewn misoedd: 24
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn ddyfarnu gan gyhoeddi hysbysiad consesiwn ymlaen llaw
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-034134
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
03/10/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 4
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 4
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Lochview Themepark Scotland LTD
Scotland's Theme Park, 147 Bath Street
glasgow
G2 4SN
UK
Ffôn: +44 1698333777
NUTS: UKM84
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y consesiwn a’r prif delerau cyllido (heb gynnwys TAW)
Cyfanswm gwerth y consesiwn/lot: 1.00 GBP
Unrhyw fanylion eraill sy'n berthnasol i werth y consesiwn yn ôl Celf. 8(3) o'r gyfarwyddeb:
This value cannot be included in the Contract Award Notice due to the commercial sensitivity of the information.
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.
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 (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. Applicants will be required to complete the tenderers amendment certificate.
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.
Non Collusion — Applicants will be required to complete the Non Collusion certificate.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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 of PCS-T.
Additional information pertaining to this contract notice is contained in the Invitation to Tender situated within the Buyers Attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.
(SC Ref:815391)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
11/11/2025