Tender

Paisley Museum Re-Imagined Project – Exhibition Fit-out Contract

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-008757

Procurement identifier (OCID): ocds-h6vhtk-02a9a6

Published 23 April 2021, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Nicola Hainan

Email

nicola.hainan@renfrewshire.gov.uk

Telephone

+44 7958009541

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Paisley Museum Re-Imagined Project – Exhibition Fit-out Contract

Reference number

RC-CPU-20-281

two.1.2) Main CPV code

  • 45212313 - Museum construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The contract is for a contractor to undertake the Exhibition Fit-out Works at the refurbished Paisley Museum. Scope includes fabrication and installation of all exhibition displays including flexible display systems, bespoke display cases and graphics with some contractor design items.

The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2016 Edition as supplemented and amended by the Council specific “Employer's Amendments”.

The estimated value range is between 6.5-7M GBP.

Note, this is a re-tender.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212310 - Construction work for buildings relating to exhibitions
  • 92521100 - Museum-exhibition services
  • 39154000 - Exhibition equipment
  • 45212300 - Construction work for art and cultural buildings

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Paisley Museum, High Street, Paisley, PA1 2BA.

two.2.4) Description of the procurement

The contract is for a contractor to undertake the Exhibition Fit-out Works following the extension, renovation and refurbishment (Main Works Contract) of the Grade A listed Paisley Museum. The Exhibition Fit-Out Contract includes the fabrication and installation of all exhibition displays which include flexible display systems, bespoke display cases graphics and complex mounts with some contractor design items.

The flexible display system has been driven by our story display design approach. Story displays are flexible discrete displays that can be changed, updated and replaced, that allows the Museum to update and refresh its displays over time, rather than relying solely upon temporary exhibitions to drive repeat visitors. Story displays can be configured to deliver to a different audience, with a different interpretive method, have objects swapped out, another story told about the same object (or key object) or the whole story swapped out for a totally new display. Visitors welcome a combination of new and familiar experiences in Museums and by providing enhanced access to the collections by rotating displays we will be providing more opportunities to reveal our objects.

Our Exhibition Design Team, led by Opera Amsterdam have recently completed RIBA Stage 4 technical design.

Software design, provision of AV/hardware and mount-making are separate direct works contracts and will be procured in 2021/22.

The aim of Paisley Museum Re-Imagined is to provide a visitor experience of international quality, which tells the inspirational stories of Paisley, its heritage and its pattern. The transformation of the Paisley Museum is underpinned by a series of high-level strategic project aims that will turn it into a:

- Leading European museum – telling the story of Paisley as a pattern and a town.

- Visitor destination drawing its audience from Scotland, UK and overseas.

- Platforming institution for learning, skills development, innovation and research.

- Community resource at the heart of Paisley’s local life.

The Paisley Heritage Asset Strategy (The Untold Story) was approved by Renfrewshire Council in 2014 and set out an ambitious vision for the social and economic regeneration of Paisley. The signature project is the redevelopment of Paisley Museum and it is intended to create a visitor destination of international standing. The Museum has significant potential to drive the economic and cultural vitality of the town.

The project has been awarded a second round pass from the National Lottery Heritage Fund in 2019.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Duration in months

22

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

4C.1.A Technical and Professional Ability (40%)

4C.1.B Contractor Designed Portions (20%)

4C.1.C Managing Subcontractors (20%)

4C.1.D Quality (15%)

4C.1.E Health and Safety (5%)

. Where the Council is unable to select a preferred tender following the initial stage, the Council reserves the right to further reduce candidate numbers after evaluation of the Initial stage tender submissions to the 3 top ranking tenderers for the negotiation stage (stage 3).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The stages of this CPN are an Invitation to Participate (Stage 1); Invitation to Tender (Initial Stage 2); Negotiation - if deemed necessary, the council reserve the right to negotiate on the statement of requirements for this contract based on Tender Submission for Initial Stage 2 ( Negotiation Stage 3); Invitation to Tender (Final Stage 4)


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works.

The Council will require bidders to have a (“general”) yearly turnover of 10m GBP and to evidence this level of turnover in the previous 3 years.

The Council will also require the economic operator to evidence where possible they have a Dun & Bradstreet failure score of no less than 20.

Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover or D&B score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award ( Regulation 61(8)). Examples, but not an exclusive list, of the financial information the Council would consider are: Parent and/or ultimate parent company audited accounts for the most recent 3 financial years (if applicable); Guarantees and bonds; Bankers’ statements and references (including confirmation of value and duration of credit facilities); Management accounts and financial projections including cash flow forecasts(approved by the Chief Financial Officer); order book pipeline; details and evidence of previous contracts, including contract values; and other evidence of capital availability. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.

Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and

Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.

The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.

Further detail is contained within the procurement documents.

Minimum level(s) of standards possibly required

Turnover - Bidders will be required to have a minimum “general” yearly turnover of 10m GBP for the last 3 years or provide supporting information that will satisfy the Council that they have an equivalent level of economic and financial standing

Insurance - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers liability – minimum 10m GBP, each and every claim

Public and Products liability - Not less than 10m GBP, each and every claim but in the aggregate for products

Professional Indemnity insurance –not less than 5m GBP, each and every claim; OR 5m GBP in the aggregate with an annual reinstatement of this sum; OR 10m GBP in the aggregate. Cover for pollution and contamination claims: n/a

Expiry of required period of CDP Professional Indemnity Insurance: 10 years

Motor vehicle insurance – Statutory third party cover. Unlimited in respect of death or injury and a minimum 5m GBP in respect of property damage.

Other economic & financial standing criteria; Dun & Bradstreet - failure score of no less than 20 or provide supporting information that will satisfy the Council that they have an equivalent level of economic and financial standing

three.1.3) Technical and professional ability

List and brief description of selection criteria

Quality Assurance

Health & Safety

Environmental Management

Previous Experience

Technicians or Technical Bodies

Supply Chain Management

Manpower

Tools, Plant and Technical Equipment

Sub-Contracting

Technical and Professional Ability

Contractor Designed Portions

Managing Subcontractors

Quality

Health and Safety

Further detail is contained within the procurement documents.

Minimum level(s) of standards possibly required

Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or demonstrate equivalent standard).

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or demonstrate equivalent standard) certificate,

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The contract will include performance conditions including those in relation to fair working practices and community benefits.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

24 May 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 June 2021

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

The Council reserves the right to award the contract to a preferred tender after Stage 2 without use of Stage 3 or Stage 4. Stages outlined in II.2.14.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18520. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Tenderers will have to complete a community benefit outcome menu and supporting methodology as part of the evaluation criteria at the tender stage. Further information in regards to the community benefits being sought for this contract will be contained in the Invitation to Tender (Stage 2).

(SC Ref:651671)

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 below

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom