Tate Gallery : Tate Gallery Security and Logistics Services

  Tate Gallery is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Tate Gallery Security and Logistics Services
Notice type: Contract Notice
Authority: Tate Gallery
Nature of contract: Services
Procedure: Restricted
Short Description: Tate wishes to set up a five-year contract (with an option for an additional 5 years on a yearly review basis) delivered by a single supplier to provide Security and Logistics Services across its portfolio of sites including, Tate Britain and Tate Modern in central London, Tate Liverpool [L3 4BB] and Tate Stores in London SE1.
Published: 04/11/2016 15:02
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Security services.
Section I: Contracting Authority
      I.1) Name and addresses
             Tate Gallery
             Millbank, London, SW1P 4RG, United Kingdom
             Tel. +44 192631431, Email: Procurement@Larch.co.uk
             Contact: Chris Rowe
             Main Address: http://www.tate.org.uk/
             NUTS Code: UKI1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./7K6ZP2J49D
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent to the abovementioned address       
      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: Not provided
      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: Tate Gallery Security and Logistics Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79710000 - Security services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Tate wishes to set up a five-year contract (with an option for an additional 5 years on a yearly review basis) delivered by a single supplier to provide Security and Logistics Services across its portfolio of sites including, Tate Britain and Tate Modern in central London, Tate Liverpool [L3 4BB] and Tate Stores in London SE1.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      98341120 - Portering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKD52 Liverpool
      
      II.2.4) Description of procurement: The operational requirement will include but will not be limited to the following:
Security Services including:
Security Gates, Barriers and Turnstiles
Perimeter Protection
Mobile Foot Patrols
Visitor Monitoring
ID / Smartcards
Security Surveillance / CCTV
Access Control Systems
Intruder and Panic Alarm Systems
Intelligence Reporting and Statistics
Travel Risk Advice / Consultancy
Security and Organizational Awareness Initiatives
Fire Safety
Communications
Managing Relationship with the Emergency Services
Key and Key Management Systems
Equipment Register
Goods Bay Safety
Issue and Management of Assignment Instructions (AI’s)
Logistics Support
Quality Management
Events Support
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Service – Demonstrates capability and flexibility in providing services and outlines areas where they intend to achieve measurable service improvements. / Weighting: 30
            Quality criterion - Name: Innovation / Continuous Improvement - Strives for excellence by taking pride in work, encouraging innovation and sharing knowledge and best practices. / Weighting: 15
            Quality criterion - Name: Compliance - Demonstrates understanding and commitment to maintaining security standards. / Weighting: 25
            Quality criterion - Name: Cultural Fit - Solutions reflect client’s vision and strategy and demonstrates a commitment to transparency and working as a partnership. / Weighting: 15
                        
            Cost criterion - Name: VFM - Demonstrates ability to achieve cost savings without impacting negatively on service provision. / Weighting: 15
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: 5 Years (following annual review)
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      SIA - Security Industry Authority Approved    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/12/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/12/2016       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
IMPORTANT: Your expression of interest shall be in the form of a completed Pre-Qualification Questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./7K6ZP2J49D
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./7K6ZP2J49D

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7K6ZP2J49D
   VI.4) Procedures for review
   VI.4.1) Review body:
             Tate Gallery
       Millbank, London, SW1P 4RG, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 04/11/2016

Annex A
   I) Addresses and contact points from which further information can be obtained:
       Larch Consulting Ltd
       95 Upper Holly Walk, Leamington Spa, CV32 4JS, United Kingdom
       Email: procurement@larch.co.uk
       Contact: Chris Rowe
       Main Address: www.larch.co.uk
       NUTS Code: UKI   


View any Notice Addenda

View Award Notice