Imperial War Museum : IWM Visitor & Security Services Contract

  Imperial War Museum has published this notice through Delta eSourcing

Notice Summary
Title: IWM Visitor & Security Services Contract
Notice type: Contract Notice
Authority: Imperial War Museum
Nature of contract: Services
Procedure: Restricted
Short Description: This Contract covers covers the appointment of a single experienced and competent contractor to deliver high quality Visitor & Security related services which covers to provision, delivery and management of outstanding security services to each building/site, including the provision of sufficient high-quality guarding of the galleries, and monitoring of all electronic systems, and to interact with the visitor to ensure that they enhance their experience when visiting IWM, as the visitor services staff are IWM’s visible face to the visitor. This will require that the core staff have good interpersonal skills; be good decision-makers, have a limited knowledge of the collections and the galleries in which they are invigilating, and the building to ensure able to direct visitors. This appointment covers all IWM public sites including IWM London in London SE1, inclusive of two non-public satellite buildings in SE11); Churchill War Rooms located below HM Treasury building in London SW1; HMS Belfast, the last second world war cruiser, located in the pool of London, in SE1; IWM Duxford, located in Cambridgeshire, and IWM North, located on Trafford Wharf Road, Manchester M17. The current services are generally provided by an in-house team (approx 160), who are subject to the Transfer of Undertaking (Protection of Employment) Regulations. The Contract is to commence on 1 April 2014 and will run for an initial term of three years to 31 March 2017, with the option to be extended by two additional two year periods. This Contract, in terms of the specification, contract terms and fees is be made available for use by other Museums & Galleries which is are under the auspices of the Department of Culture, Media & Sport, or any equivalents that could replace this Government Department within the duration of the Contract.
Published: 21/06/2013 15:46

View Full Notice

UK-London: Public security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Imperial War Museum
      Lambeth Road, London, SE1 6HZ, United Kingdom
      Tel. +44 2074165357, Email: sbourne@iwm.org.uk, URL: www.iwm.org.uk
      Attn: Simon Bourne

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Other: National Museum

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: IWM Visitor & Security Services Contract
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI1 - Inner London         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Public security services. This Contract covers covers the appointment of a single experienced and competent contractor to deliver high quality Visitor & Security related services which covers to provision, delivery and management of outstanding security services to each building/site, including the provision of sufficient high-quality guarding of the galleries, and monitoring of all electronic systems, and to interact with the visitor to ensure that they enhance their experience when visiting IWM, as the visitor services staff are IWM’s visible face to the visitor. This will require that the core staff have good interpersonal skills; be good decision-makers, have a limited knowledge of the collections and the galleries in which they are invigilating, and the building to ensure able to direct visitors.

This appointment covers all IWM public sites including IWM London in London SE1, inclusive of two non-public satellite buildings in SE11); Churchill War Rooms located below HM Treasury building in London SW1; HMS Belfast, the last second world war cruiser, located in the pool of London, in SE1; IWM Duxford, located in Cambridgeshire, and IWM North, located on Trafford Wharf Road, Manchester M17.

The current services are generally provided by an in-house team (approx 160), who are subject to the Transfer of Undertaking (Protection of Employment) Regulations.

The Contract is to commence on 1 April 2014 and will run for an initial term of three years to 31 March 2017, with the option to be extended by two additional two year periods.

This Contract, in terms of the specification, contract terms and fees is be made available for use by other Museums & Galleries which is are under the auspices of the Department of Culture, Media & Sport, or any equivalents that could replace this Government Department within the duration of the Contract.
         
      II.1.6)Common Procurement Vocabulary:
         75241000 - Public security services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Contract will require the appointed Contractor to provide staff to provide security and visitor services at all listed IWM sites on a 24/7 basis for 365 days per year (366 in leap year) for the duration of the contract, with particular emphasis on the provision of sufficient staff to invigilation and provide visitor services integration during the opening hours of each IWM site, which are essentially from 10am to 6pm, Monday to Sunday. All IWM sites are closed to the public on Christmas Eve, Christmas Day and Boxing Day, but the Contractor will be required to provide a service on these dates.

The Contractor will also be required to undertake the management of their staff and the provision of the security services in association with IWM staff.                  
         Estimated value excluding VAT:
         Range between: 10,000,000 and 11,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The figure quoted above is the estimated cost over the three year initial period.

The Contract has an option to be extended by two additional two year periods. IWM will advise the Contractor on intention to take up this option within one year of the end of the Contract.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 24 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2014
         Completion: 31/03/2017

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         All selection criteria to be chosen as candidates are provided in the PQQ documentation that will be issued upon request to participate   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: IWM/MSD/625      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 23/07/2013
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/07/2013
         Time: 14:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/08/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=64252459
GO-2013621-PRO-4896613 TKR-2013621-PRO-4896612
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: IWM will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the IWM before the contract is entered into.

Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional should be requested from the address in section L.1.

If an appeal regarding the award of a contract has not been successfully resolved the Public Sector Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland. Any such action must be brought promptly (generally within 3 months).

Where a contract has not been entered into the court may order the settling of the award decision or order IWM to amend any document and may award damages. if the contract has been entered into the court may only award damages.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/06/2013

ANNEX A

View any Notice Addenda

View Award Notice