web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Edinburgh: Display cases

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 202-415357/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: National Museums Scotland
Postal address: Chambers Street
Town: Edinburgh
Postal code: EH1 1JF
Country: United Kingdom
Contact Person: Drew Metcalfe
Telephone: +44 3001236789
Email: d.metcalfe@nms.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation culture and religion

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: National Museum of Scotland, Masterplan Phase 4 — Museum Display Cases.
II.1.2) Main CPV code: 39171000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Design, fabrication and installation of museum display cases.
II.1.5) Estimated total value:
Value excluding VAT: 950000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
39171000

II.2.3) Place of performance
Nuts code: UKM75
Main site or place of performance:
National Museum of Scotland, Chambers Street, Edinburgh.

II.2.4) Description of the procurement:
National Museums Scotland (NMS) is seeking to engage the services of an experienced museum display case specialist contractor to carry out the technical design, fabrication and installation of 45 display cases including dressing, cores and at the National Museum of Scotland (NMoS) in Chambers Street, Edinburgh. The cases will be bespoke cases required to comply with the specification, conservation, access and security requirements as further defined in the Invitation to Tender documents. The display case Contractor must be able to demonstrate recent experience in detailed design, technical design, development, manufacture and installation of cases in live operational museum / historic buildings environments. Masterplan Phase 4 (Revealing Cultures) will create two new galleries showcasing our world-class collections relating to ancient Egypt and three major East Asian cultures — China, Japan and Korea. Ancient Egypt Rediscovered and Exploring East Asia will display a wide range of material from our collections inviting visitors to explore these cultures and civilisations, reinterpreting the familiar and revealing the unknown. These galleries will encourage our audiences to question and challenge their existing perceptions of histories and societies, skills that are essential to education and negotiating the wider modern world. Revealing Cultures will mark the completion of the 15 year Masterplan to redevelop the National Museum of Scotland. The threads of innovation, discovery and internationalism bound by a vision of showing the world to Scotland lie at the heart of the National Museum of Scotland Masterplan. Revealing Cultures will build on the development and reinterpretation of other elements of our World Cultures collections that was so successfully undertaken in 2011 as part of our Royal Museum Project.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: The tenderer’s relevant experience, methodology and general approach and management philosophy during design, fabrication and installation on site./Weighting:60
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 950000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-12-22End: 2019-09-24
This contract is subject to renewal: no
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
II.2.14) 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.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.2) Economic and financial standing
List and brief description of selection criteria: 1. The bidder should provide its (‘general’) yearly turnover for the number of financial years.
2. 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:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Professional Indemnity Insurance = 5,000,000 GBP

Minimum level(s) of standards possibly required: Bidders will be required to have a minimum ‘general’ yearly turnover of 1,900,000 GBP for the last 3 years.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
2. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.
3.Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities available to it and on the quality control measures employed.
4.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.
5. Bidders will be required to describe their general approach and management philosophy
during the design, fabrication and installation phases of the project.
The described approach should particularly identify:
— communications;
— arrangements between the contracting team members and the design team;
— procedures for cost, quality and change control; and
— the proposals for the selection, vetting and appointment of staff, sub-contractors/suppliers.
Tenderers should fully describe their methodology for carrying out the works including any co-ordination issues that they see arising out of working on a site managed by a main principle contractor in close proximity to the employer’s staff and the general public.
This section should also be used to provide a narrative explanation of the proposed design, fabrication, delivery and installation (including testing) programme to be submitted with the tender documents.
6. Quality Management Procedures:
The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
7. Health and Safety Procedures:
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
8. Environmental Management:
The bidder must have the following:
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the 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: 2017-11-17 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-11-17 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:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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.
(SC Ref:514957)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Official name: National Museums Scotland
Postal address: Chambers Street
Town: Edinburgh
Postal code: EH1 1JF
Country: United Kingdom
Telephone: +44 3001236789
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
National Museums Scotland will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information is to be provided in a minimum of 3 working days before the expiry of the standstill period. If an appeal regarding the award of contract has not been successfully resolved, The Public Contracts (Scotland) Regulations (SSI 2006 No.1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court of Session. Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.

VI.5) Date of dispatch of this notice:2017-10-17