- Scope of the procurement
- Lot 1. International & Worldwide Exhibition Transport & Single Transfers (including airport requirements)
- Lot 2. Exhibition Transport within the UK (excluding airport requirements)
- Lot 3. Transport for Specialist Requirements
- Lot 4. UK Single Transfers (excluding airport requirements)
Section one: Contracting authority
one.1) Name and addresses
National Galleries of Scotland
National Galleries of Scotland, 73 Belford Road
Edinburgh
EH4 3DS
amadeirarezende@nationalgalleries.org
Telephone
+44 1316246374
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://www.nationalgalleries.org
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11042
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.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.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.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Provision of Specialist Art Transportation Services
Reference number
2026/TF
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
National Galleries Scotland (NGS) “The Authority” wish to award a multi-lot, multi-Contractor Framework for the Provision of Specialist Art Transportation Services.
There are 4 Lots under the Framework Agreement covering the provision of business-as-usual UK movements of works/objects through to multi-national transportation of many works/objects to/from multiple venues across the world. Services will include (but not limited to) packaging, transport, storage, technical assistance, technical advice and project management.
Framework Contractors must have a clear understanding of the Contract Requirements and the organisational needs of NGS. For full details of the Contract Requirements, please refer to the associated Invitation to Tender and Framework Agreement documents.
There will be no commitment to a minimum volume of work or spend under the Agreement. Mini competitions for Call-Off Contracts will be conducted on an as required basis. Contractors will have no claim against NGS if they are not awarded any work through Call-Off Contracts.
There is no commitment to a minimum spend over the duration of the Framework Agreement. Under this Agreement, no minimum spend is guaranteed.
It is a requirement that Framework Contractors as a minimum, hold or commit to obtain prior to the award of contract, a valid Cyber Essentials Basic Certification (or equivalent) in place throughout the duration of the Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
International & Worldwide Exhibition Transport & Single Transfers (including airport requirements)
Lot No
1
two.2.2) Additional CPV code(s)
- 33952000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
To provide international and worldwide exhibition transport including co-ordination of the complete logistics package associated with exhibitions from collection from lenders to return at the end of the exhibition, including airport requirements.
International & worldwide single transfers, including packing, storage and part-load transfer where appropriate, and associated airport requirements, are also included under this Lot 1.
The procurement will be conducted through the use of the Open (single stage) procedure.
A position on Lot 1 will be awarded to the 5 Tenderers who score the highest overall marks in accordance with our Tender Evaluation Methodology detailed within the Invitation to Tender (ITT) document.
Bidders must complete and return an SPD (Scotland) form along with their tender submission for Lot 1 (and any other lots they are tendering for).
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
The initial duration of the Framework Agreement will be 24 months, with the option to extend by up to two (2) additional periods of up to twelve (12) months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
NGS reserves the right to issue a contract modification in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
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) Description
two.2.1) Title
Exhibition Transport within the UK (excluding airport requirements)
Lot No
2
two.2.2) Additional CPV code(s)
- 33952000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
To provide exhibition transport including co-ordination of the complete logistics package associated with exhibitions from collection from lenders to return at the end of the exhibition for UK loans exhibitions.
The procurement will be conducted through the use of the Open (single stage) procedure.
A position on Lot 2 will be awarded to the 5 Tenderers who score the highest overall marks in accordance with our Tender Evaluation Methodology detailed within the Invitation to Tender (ITT) document.
Bidders must complete and return an SPD (Scotland) form along with their tender submission for Lot 2 (and any other lots they are tendering for).
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
The initial duration of the Framework Agreement will be 24 months, with the option to extend by up to two (2) additional periods of up to twelve (12) months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
NGS reserves the right to issue a contract modification in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
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) Description
two.2.1) Title
Transport for Specialist Requirements
Lot No
3
two.2.2) Additional CPV code(s)
- 33952000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
To provide fine art and object packing, occasional storage and transportation services for works requiring specialist handling and removal (for example large sculpture, works containing hazardous substances etc.).
The procurement will be conducted through the use of the Open (single stage) procedure.
A position on Lot 3 will be awarded to the 5 Tenderers who score the highest overall marks in accordance with our Tender Evaluation Methodology detailed within the Invitation to Tender (ITT) document.
Bidders must complete and return an SPD (Scotland) form along with their tender submission for Lot 3 (and any other lots they are tendering for).
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
The initial duration of the Framework Agreement will be 24 months, with the option to extend by up to two (2) additional periods of up to twelve (12) months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
NGS reserves the right to issue a contract modification in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
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) Description
two.2.1) Title
UK Single Transfers (excluding airport requirements)
Lot No
4
two.2.2) Additional CPV code(s)
- 33952000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
To provide fine art and object packing, occasional storage and transportation services, including part-load transfer where appropriate, excluding airport requirements and restricted to the UK.
The procurement will be conducted through the use of the Open (single stage) procedure.
A position on Lot 4 will be awarded to the 5 Tenderers who score the highest overall marks in accordance with our Tender Evaluation Methodology detailed within the Invitation to Tender (ITT) document.
Bidders must complete and return an SPD (Scotland) form along with their tender submission for Lot 4 (and any other lots they are tendering for).
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
The initial duration of the Framework Agreement will be 24 months, with the option to extend by up to two (2) additional periods of up to twelve (12) months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
NGS reserves the right to issue a contract modification in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
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
Q4A1a 'Enrolment in a Relevant Professional Register', Q4A.2a 'Authorisation of Particular Organisation Needed' and Q4A.2b'Membership of a Particular Organisation Needed' have been included in the SPD. Bidders must confirm whether this is applicable to them.
If applicable, each question will be scored on a Pass/Fail basis. If the Bidder is required by their country of establishment, to have enrolment in a Professional Register, authorisation and/or membership of a particular organisation that the Bidder has not attained, the response will be deemed a 'Fail'. Any Bidder scoring a 'Fail' mark will be disqualified from the competition.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Q4B5a - Insurance - Professional Risk Indemnity
Q4B5b - Insurance - Employer's (Compulsory) Liability
Q4B5c - Insurance - Public Liability Insurance & Cyber Liability Insurance
Q4B6 - Other Economic or Financial Requirements
Minimum level(s) of standards possibly required
Q4B5a - Professional Risk Indemnity at 5,000,000 GBP for any one occurrence or series of occurrences arising out of any one event.
Q4B5b - Employer's (Compulsory) Liability at 10,000,000 GBP for any one occurrence or series of occurrences arising out of any one
event.
Q4B5c - Public Liability Insurance at 10,000,000 GBP for any one occurrence or series of occurrences arising out of any one event.
Q4B5c - Cyber Liability Insurance (First & Third Party cover) at 1,000,000 GBP in the aggregate.
Q4B6 (i) Provision of Financial Ratio: Profit before interest and taxation (factual and identified within financial statements. Ratio to be greater than 1GBP. Bidders are to submit evidence of calculation.
Q4B6 (ii) Provision of Financial Ratio: Net Current Assets (current assets divided by current liabilities). Ratio to be greater than 1:1 i.e. must be positive. Bidders are to submit evidence of calculation.
Q4B6 (iii) Bidders shall include copies of their filed accounts (full details provided with in the online SPD).
Q4B6 (iv) Parent Company Guarantee or Performance Bond (full details provided with in the online SPD). Requirement only required in the event a Bidder should fail in relation to the financial ratios or be unable to provide any of the information required.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Q4D.1 Quality Assurance (including Health & Safety Procedures) & Q4D.2 Environmental Management of the SPD are included in the SPD.
Minimum level(s) of standards possibly required
Q4D.1 Quality Assurance (including Health & Safety Procedures): all information in regard to minimum level(s) of standards required is contained within the online SPD.
This will be scored on a Pass/Fail basis. If the Bidder responds "No" the response will be deemed a "Fail". Any Bidder scoring a "Fail" mark will be disqualified from the competition.
Q4D.2 Environmental Management: all information in regard to minimum level(s) of standards required is contained within the SPD.
This will be scored on a Pass/Fail basis. If the Bidder responds "No" the response will be deemed a "Fail". Any Bidder scoring a "Fail" mark will be disqualified from the competition.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the tender and contract documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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
22 October 2025
Local time
12:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 October 2025
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: National Galleries Scotland may re-let this Framework Agreement prior to the end of the initial 24 month period. A Contract Notice will be published circa. 12-18 months prior to the end of the initial period. If not, the option to extend will be used.
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
National Galleries Scotland reserves the right to cancel the procurement at any time and not award a Contract. The expenditure, work or effort undertaken by Bidders prior to the Award of Contract is accordingly a matter solely for the commercial judgement of Bidders.
Late SPDs and Tenders may not be considered by National Galleries Scotland.
With reference to section IV.1.3 ‘Information about a framework agreement’ where an envisaged number of participants to the framework agreement is stated to be 5, this is 5 per Lot of the Framework Agreement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=808633.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Tenderers will be required to provide a Community Benefits Statement outlining their approach to community benefits they intend to
deliver over the duration of the Contract.
(SC Ref:808633)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=808633
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom