People's Palace Exhibition Designer

Published: 2nd May, 2025 Deadline: 23rd May, 2025
Description
Buyer:
Info:
The Company wishes to appoint an exhibition design company (the “Design Company”) to provide services relating to visitor experience and exhibition design for the People’s Palace and Winter Gardens on Glasgow Green.The People’s Palace and Winter Garden project (the “Project”) will see the two venues reunite as one People’s Palace, include improvements to the buildings and redeveloping the museum to tell Glasgow’s social history stories.The Company wishes the design company to specialise in the development of museums with a community-led ethos involving the display of varied museum collections and spatial design experience involving indoor and outdoor spaces.;
Industry:
Info Sheet

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

UK

Contact person: Abimbola Olutola

Telephone: +44 1412875923

E-mail: abimbola.olutola@glasgowlife.org.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgowlife.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

People's Palace Exhibition Designer

Reference number: CSG006390

II.1.2) Main CPV code

79932000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Company wishes to appoint an exhibition design company (the “Design Company”) to provide services relating to visitor experience and exhibition design for the People’s Palace and Winter Gardens on Glasgow Green.

The People’s Palace and Winter Garden project (the “Project”) will see the two venues reunite as one People’s Palace, include improvements to the buildings and redeveloping the museum to tell Glasgow’s social history stories.

The Company wishes the design company to specialise in the development of museums with a community-led ethos involving the display of varied museum collections and spatial design experience involving indoor and outdoor spaces.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

92521100

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

City of Glasgow

II.2.4) Description of the procurement

The Company wishes to appoint an exhibition design company (the “Design Company”) to provide services relating to visitor experience and exhibition design for the People’s Palace and Winter Gardens on Glasgow Green.

The People’s Palace and Winter Garden project (the “Project”) will see the two venues reunite as one People’s Palace, include improvements to the buildings and redeveloping the museum to tell Glasgow’s social history stories.

The Company wishes the design company to specialise in the development of museums with a community-led ethos involving the display of varied museum collections and spatial design experience involving indoor and outdoor spaces.

II.2.5) Award criteria

Criteria below:

Quality criterion: USP / Weighting: 42

Quality criterion: Past Projects and their Experience / Weighting: 33

Quality criterion: Environmental and Sustainability Practices / Weighting: 15

Quality criterion: Community Benefit / Weighting: 5

Quality criterion: Fair Work First / Weighting: 5

Price / Weighting:  20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Successful receipt of Delivery stage funding

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/05/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 23/05/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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 Glasgow Life to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information).

Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachments area within PCS Tender portal.

Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to Glasgow Life’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. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.

Bidders 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 Section 3 of the ITT document.

https://www.sdpscotland.co.uk/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28756. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social, or environmental conditions into the delivery of contracts.

Please provide a detailed statement which must include:

a) details of the Community Benefits you will provide as part of this contract

b) what resource (staff responsible) will you use to ensure successful delivery

c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and

d) how you will update The Company on progress

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28756. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits are required for the delivery of this contract.

(SC Ref:792904)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace

1 Carlton Place

Glasgow

G6 9TW

UK

Telephone: +44 141429888

E-mail: glasgow@scotscourt.gov.uk

VI.5) Date of dispatch of this notice

02/05/2025