Notice Information
Notice Title
Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract
Notice 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 8-9M GBP.
Lot Information
Lot 1
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.. 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)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000638781
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412786
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
45 - Construction work
92 - Recreational, cultural and sporting services
-
- CPV Codes
39154000 - Exhibition equipment
45212300 - Construction work for art and cultural buildings
45212310 - Construction work for buildings relating to exhibitions
45212313 - Museum construction work
92521100 - Museum-exhibition services
Notice Value(s)
- Tender Value
- £8,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Apr 20214 years ago
- Submission Deadline
- 29 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Rachel O'Neill
- Contact Email
- joanna.tannock@renfrewshire.gov.uk, rachel.o'neill@renfrewshire.gov.uk
- Contact Phone
- +44 3003000300, +44 7483393633
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402048
Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract - 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 8-9M GBP. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412786
Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract - 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 8-9M GBP.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000638781-2021-04-22T00:00:00Z",
"date": "2021-04-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000638781",
"initiationType": "tender",
"parties": [
{
"id": "org-63",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "joanna.tannock@renfrewshire.gov.uk",
"telephone": "+44 7483393633",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-81",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-4",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament house, Parliament Square",
"locality": "EDINBURGH",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"email": "Supreme.Courts@scotcourts.gov.uk",
"telephone": "+44 1312252595",
"faxNumber": "+44 1312406755",
"url": "http://www.scotcourts.gov.uk/session/index.asp"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "org-49",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Rachel O'Neill",
"email": "rachel.o'neill@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-102",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-51",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-49"
},
"tender": {
"id": "RC-CPU-20-281",
"title": "Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract",
"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 8-9M GBP.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45212310",
"scheme": "CPV"
},
{
"id": "92521100",
"scheme": "CPV"
},
{
"id": "39154000",
"scheme": "CPV"
},
{
"id": "45212300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Paisley Museum, High Street, Paisley, PA1 2BA."
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 8500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2021-01-29T12:00:00Z"
},
"documents": [
{
"id": "DEC402048",
"documentType": "contractNotice",
"title": "Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract",
"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 8-9M GBP.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402048",
"format": "text/html"
},
{
"id": "APR412786",
"documentType": "awardNotice",
"title": "Paisley Museum Re-Imagined Project - Exhibition Fit-out Contract",
"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 8-9M GBP.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412786",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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.. 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)",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The contract will include performance conditions including those in relation to fair working practices and community benefits."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2021-02-12T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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."
},
{
"type": "economic",
"description": "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 17m 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 30. 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 each consortia member to meet the financial selection requirements contained in the procurement documents. 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.",
"minimum": "Turnover - Bidders will be required to have a minimum \"general\" yearly turnover of 17m GBP for the last 3 years. 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 30."
},
{
"type": "technical",
"description": "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": "Bidders must achieve a technical score of 70% and above in order to proceed to the inital tender stage of the process. 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,"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"classification": {
"id": "45212313",
"scheme": "CPV"
},
"reviewDetails": "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.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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. (SC Ref:651669)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638781"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638781"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-20-281",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 245-608993"
}
]
}