Section one: Contracting authority
one.1) Name and addresses
The Scottish Parliament
Holyrood
Edinburgh
EH99 1SP
Contact
Nigel MacGillivray
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Other type
Devolved Parliament
one.5) Main activity
Other activity
Legislative Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Art Handling, Installation, Transport and Storage
Reference number
NIC-SER-466
two.1.2) Main CPV code
- 92521100 - Museum-exhibition services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Parliamentary Corporate Body (SPCB) require a Contractor to provide comprehensive Art Handling, Installation, Transport and Storage services for the SPCB Collection and temporary loans and exhibitions. This is a re let of an existing service.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 92311000 - Works of art
- 45212311 - Art gallery construction work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The Scottish Parliament, EH99 1SP
two.2.4) Description of the procurement
This requirement will support the work carried out by The Scottish Parliament’s Events and Exhibitions team who will manage this Contract. The team are responsible for the SPCB Collection, its conservation, and overall management of the Collection and professional, handling, install and transport services for exhibitions.
It is essential we have trained art handlers for routine and emergency requirements. The Collection is publicly funded, governed by the SPCB on behalf of The Scottish Parliament, and must be managed to professional standards. The Collection is a significant cultural asset, which holds significant works of art by many of Scotland’s leading artists and works by renowned international artists gifted by other legislatures. There are also large-scale works that need trained handlers to move.
Additionally, the Parliament does not have the capacity to store artworks on site, a Contract is necessary that provides secure facilities that have the appropriate, secure and climate-controlled facility when it is necessary for artworks to be stored off-site.
It is envisaged that the Contract will be awarded circa February 2022 and commence April 2022.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
12 Months at the sole discretion of the SPCB
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
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
In relation to the SPD:
With reference to part 4A.1 -If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
With reference to part 4A.2 - Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
With reference to part 4C.1.2 - Bidders must provide one relevant example similar to the services described in II 2.4 of the Contract Notice.
Your example must be within the previous three years and must cover the full scope of art handling, installation, transport and storage
services.
A simple assertion will not be acceptable as evidence. Any submission that does not demonstrate experience in delivering art handling,
installation, transport and storage will be regarded as a fail and the bid will not be considered any further, bidders should provide detailed
evidence to demonstrate the breadth of their experience and capability. Should the bidder fail to demonstrate experience in all of the areas
outlined as a minimum, or provide insufficient evidence to back up their experience, at the SPCB’s discretion, then the SPCB reserve the
right to mark the SPD response a fail and not proceed to tender evaluation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about
how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company
Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
Minimum level(s) of standards possibly required
With reference to SPD question 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 Million GBP
Public Liability Insurance = 1 Million GBP
Professional Risk Indemnity Insurance = 1 Million GBP
http://www.hse.gov.uk/pubns/hse40.pdf
Transit Insurance - The Contractor must have adequate transit insurance in place to cover 10 pieces per calendar year within the United Kingdom, with a value of:
1 item maximum 150,000 GBP
or a vehicle load of up to 250,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
In relation to the SPD:
With reference to part 4C.1.2 - Bidders must provide one relevant example similar to the services described in II 2.4 of the Contract Notice.
Your example must be within the previous three years and must cover the full scope of art handling, installation, transport and storage services.
A simple assertion will not be acceptable as evidence. Any submission that does not demonstrate experience in delivering art handling, installation, transport and storage will be regarded as a fail and the bid will not be considered any further, bidders should provide detailed evidence to demonstrate the breadth of their experience and capability. Should the bidder fail to demonstrate experience in all of the areas outlined as a minimum, or provide insufficient evidence to back up their experience, at the SPCB’s discretion, then the SPCB reserve the right to mark the SPD response a fail and not proceed to tender evaluation.
Bidders will be required to confirm whether they intend to subcontract and , if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007410
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
20 December 2021
Local time
12:00pm
Changed to:
Date
18 January 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
PCS T Project Code - 19901
Cyber Security - Please note there are minimum requirements concerning Cyber Security for this contract to which a pass/fail marking will attach. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool (CSPST). A link to CSPST can be found here:
https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority’s assessment of cyber risk.
For this contract, minimum requirements also include the holding of Cyber Essentials or equivalent.
Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19901. 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 SPCB complies with The Procurement Reform (Scotland) Act 2014 and is committed to ensuring that environmental, social and economic issues are considered when planning, procuring and managing service delivery. This includes delivering added value through environmental improvement, increasing sub-contracting opportunities and the involvement of SME, Third Sector and supported businesses participation and considering social aspects in its procurement.
To help achieve this, the Contractor will be invited to propose proportionate community benefits through the delivery of the Contract.
The Contractor has the opportunity to include community benefits over the duration of this Contract. There will be a non-scored question within the tender schedules and this will allow the Contractor to demonstrate what added value in the form of community benefits they will bring if successful in being awarded the Contract. Prior to contract award, the successful bidder and Contract Manager will agree a community benefits action plan based on the bidder’s proposals, setting out specific objectives and outcomes to be achieved to support the delivery of community benefits and thereafter the Contractor must report on progress and successful outcomes as part of the annual review meetings.
(SC Ref:671034)
six.4) Procedures for review
six.4.1) Review body
The Scottish Parliament
Holyrood
Edinburgh
EH99 1SP
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Edinburgh Sheriff Court House
Sheriff Court House 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom