The Arts Council of England is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Security Consultants Framework |
Notice type: | Contract Notice |
Authority: | The Arts Council of England |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Arts Council England is seeking to establish a Framework Agreement of up to 10 Suppliers to perform risk assessments and advise on venue’s security for UK government indemnity. The reviews and any supporting advice must be tailored, risk-based, and proportionate in accordance with Arts Council England security resources (available on the Collection Trust website).This work supports venues displaying and/or storing items in meeting the conditions outlined in Annex D, E and F of the Government Indemnity Scheme Guidelines |
Published: | 20/01/2025 17:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Arts Council of England
The Hive, 47 Lever Street, Manchester, M1 1FN, United Kingdom
Tel. +44 1619344317, Email: procurement.services@artscouncil.org.uk
Contact: Valentina Sabucco
Main Address: www.artscouncil.org.uk
NUTS Code: UK
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: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Investigation-and-security-services./SUJ4VZMGSC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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
National or federal agency/office
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Security Consultants Framework
Reference Number: ACE 609a ITT
II.1.2) Main CPV Code:
79700000 - Investigation and security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Arts Council England is seeking to establish a Framework Agreement of up to 10 Suppliers to perform risk assessments and advise on venue’s security for UK government indemnity. The reviews and any supporting advice must be tailored, risk-based, and proportionate in accordance with Arts Council England security resources (available on the Collection Trust website).This work supports venues displaying and/or storing items in meeting the conditions outlined in Annex D, E and F of the Government Indemnity Scheme Guidelines
II.1.5) Estimated total value:
Value excluding VAT: 370,000
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: Framework Agreement of up to 10 Suppliers to perform risk assessments and advise on venue’s security for UK government indemnity. The reviews and any supporting advice must be tailored, risk-based, and proportionate in accordance with Arts Council England security resources (available on the Collection Trust website).This work supports venues displaying and/or storing items in meeting the conditions outlined in Annex D, E and F of the Government Indemnity Scheme Guidelines
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: 370,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Retendering of requirements is envisaged to take place between 2026 and 2028 dependent whether contract extension options are taken up.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There shall be options to extend the framework for up to 2 additional periods 12 month up to a maximum framework term of 48 months.
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/SUJ4VZMGSC
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:
as detailed in the tender documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
as detailed in the tender documentation
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:
as detailed in the tender documentation
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 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: 21/02/2025 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 21/02/2025
Time: 12:00
Place:
online
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
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-Manchester:-Investigation-and-security-services./SUJ4VZMGSC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SUJ4VZMGSC
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
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:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 20/01/2025
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Arts Council of England
The Hive, 47 Lever Street, Manchester, M1 1FN, United Kingdom
Tel. +44 1619344317, Email: procurement.services@artscouncil.org.uk
Contact: Valentina Sabucco
Main Address: www.artscouncil.org.uk
NUTS Code: UK
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.4)Type of the contracting authority:
National or federal agency/office
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Security Consultants Framework
Reference number: ACE 609a ITT
II.1.2) Main CPV code:
79700000 - Investigation and security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Arts Council England is seeking to establish a Framework Agreement of up to 10 Suppliers to perform risk assessments and advise on venue’s security. The reviews and any supporting advice must be tailored, risk-based, and proportionate in accordance with Arts Council England security resources (available on the Collection Trust website).This work supports venues displaying and/or storing items in meeting the conditions outlined in Annex D, E and F of the Government Indemnity Scheme Guidelines
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 370,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Framework Agreement of up to 10 Suppliers to perform risk assessments and advise on venue’s security for receiving exhibits on loan. The reviews and any supporting advice must be tailored, risk-based, and proportionate in accordance with Arts Council England security resources (available on the Collection Trust website).This work supports venues displaying and/or storing items in meeting the conditions outlined in Annex D, E and F of the Government Indemnity Scheme Guidelines
II.2.5) Award criteria:
Quality criterion - Name: Supplier's skills and experience / Weighting: 30
Quality criterion - Name: Understanding of risk factors and ability to provide pragmatic and risk-based security advice / Weighting: 20
Quality criterion - Name: Communication / Weighting: 20
Quality criterion - Name: Continuous Professional Development / Weighting: 10
Cost criterion - Name: Price / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:There shall be options to extend the framework for up to 2 additional periods 12 month up to a maximum framework term of 48 months.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SUJ4VZMGSC
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2025/S 000-001956
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/05/2025
V.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 18 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 19
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Acanthurus Limited, 07163542
Vann water, Vann Lake Road,, Ockley, RH5 5NT, United Kingdom
Email: Donna@acanthurus.co.uk
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.2)
Corps Security Limited, 03473589
Market House, 85 Cowcross Street,, London, EC1M 6PF, United Kingdom
Email: nshanks@corpssecurity.co.uk
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Design Security Limited, 06473378
17 Nevill Street, Abergavenny, NP7 5AA, United Kingdom
Email: Chris.aldous@designsecurityltd.com
NUTS Code: UKL
The contractor is an SME: Yes
Contractor (No.4)
Ian Johnson Associates, 02081620
c/o TC Group, The Granary, Hones Yards, 1 Waverley Lane, Farnham, GU9 8BB, United Kingdom
Email: njohnson@ija.co.uk
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.5)
The Keyholding Company Limited, 03538605
28 Kirby Street, London, EC1N 8TE, United Kingdom
Email: oru@keyholding.com
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.6)
Nigel Cook Consulting, 12962171
63 Nutfield Road, Redhill, RH1 3ER, United Kingdom
Email: nigel@nigelcookconsulting.co.uk
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.7)
Trident Manor Limited, 08695591
2 Union Square, Central Park,, Darlington, DL1 1GL, United Kingdom
Email: andy.davis@tridentmanor.com
NUTS Code: UKC13
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 370,000
Total value of the contract/lot: 370,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=958548176
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 12/06/2025