Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tate Galleries - Security and Temporary Visitor Assistants |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | This contract to provide Security Services is a significant one for Tate, and is the second largest contract by value managed by Tate. The successful supplier will be closely integrated and involved with the provision of a professional and effective Security and Visitor Experience service, and become part of the Tate family. The supplier will be responsible for securing Tate sites, colleague safety, visitor safety and that of the Tate collection across numerous sites. We are welcoming bids from tenderers who feel they can provide such a critical, tightly integrated service while also delivering an extremely high level of customer service in welcoming every visitor. |
Published: | 09/08/2024 16:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the Tate Gallery
Tate, Millbank, Westminster, London, SW1P 4RG, United Kingdom
Tel. +44 2078878811, Email: procurement@tate.org.uk
Main Address: www.tate.org.uk
NUTS Code: UKI
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
Access to the procurement documents is restricted. Further information can be obtained at: www.tate.org.uk/about-us/policies-and-procedures/doing-business-tate
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent to the address as in Annex A.III
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tate Galleries - Security and Temporary Visitor Assistants
Reference Number: Not provided
II.1.2) Main CPV Code:
75240000 - Public security, law and order services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This contract to provide Security Services is a significant one for Tate, and is the second largest contract by value managed by Tate. The successful supplier will be closely integrated and involved with the provision of a professional and effective Security and Visitor Experience service, and become part of the Tate family. The supplier will be responsible for securing Tate sites, colleague safety, visitor safety and that of the Tate collection across numerous sites.
We are welcoming bids from tenderers who feel they can provide such a critical, tightly integrated service while also delivering an extremely high level of customer service in welcoming every visitor.
II.1.5) Estimated total value:
Value excluding VAT: 27,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This contract is a significant one for Tate, and is the second largest contract by value managed by Tate. The successful supplier will be closely integrated and involved with the provision of a professional and effective Security and Visitor Experience service, and become part of the Tate family. The supplier will be responsible for securing Tate sites, colleague safety, visitor safety and that of the Tate collection across numerous sites.
We are welcoming bids from tenderers who feel they can provide such a critical, tightly integrated service while also delivering an extremely high level of customer service in welcoming every visitor.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 27,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates: Following the conclusion of the Evaluation and Moderation phase, a shortlist will be compiled which will comprise of those Bidders with the highest Total Score. Tate intends to shortlist 6 Bidders, but ultimately the number of shortlisted participants will be at Tate’s discretion, based on the number of suitable Bidders, and the scoring achieved following the conclusion of the evaluation and moderation phase.
These Bidders thus chosen will be invited to submit a full Response for the requirement ‘Stage 2’.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9DJN8295N8
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Prompt Payment of Suppliers
Bidders should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 30 days.
Turnover Test
Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix. These accounts should show an average turnover of at least £30,000,000 across the three financial years.
Liquidity Test (Acid Test)
(Current Assets – Stock) / Current Liabilities
From the latest 3 years audited accounts, the average result of the Test should be 1.0 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.
Provision of accounts
Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders must possess relevant experience, demonstrated by on-going and historical contract information, by proposing a minimum of 3 (three) relevant examples. This experience should be more thoroughly evidenced in responses to MS1, however Bidders should provide outline information in response to this question.
Bidders should ensure that nominated contacts from their references are prepared and ready to provide a reference in support of their bid, which will be taken up only for those shortlisted bidders.
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
As stated in Schedule 6 of the Contract.
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: Yes
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: Yes
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: 16/09/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/09/2024
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:
Duration in month(s): 3
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Public-security%2C-law-and-order-services./9DJN8295N8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9DJN8295N8
VI.4) Procedures for review
VI.4.1) Review body:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.4.2) Body responsible for mediation procedures:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
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:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.5) Date Of Dispatch Of This Notice: 09/08/2024
Annex A
I) Addresses and contact points from which further information can be obtained:
Tate Procurement Team
Millbank, London, SW1P 4RG, United Kingdom
Email: procurement@tate.org.uk
Contact: Tate Procurement Team Please email to request an NDA once completed and signed the tender access code will be issued to you
Main Address: www.tate.org.uk
NUTS Code: UK
III) Addresses and contact points to which tenders/requests to participate must be sent:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960, Email: procurement@tate.org.uk
Contact: Tate Procurement Team Please email to request an NDA once completed and signed the tender access code will be issued to you
Main Address: www.tate.org.uk
NUTS Code: UK