Tender

Framework Agreement for the Provision of Specialist Art Transportation Services

  • National Galleries of Scotland

F02: Contract notice

Notice identifier: 2025/S 000-052850

Procurement identifier (OCID): ocds-h6vhtk-059170

Published 1 September 2025, 2:42pm



Section one: Contracting authority

one.1) Name and addresses

National Galleries of Scotland

National Galleries of Scotland, 73 Belford Road

Edinburgh

EH4 3DS

Email

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

Email

enquiries@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/