Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Museum Security Consortium |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Victoria and Albert Museum (V&A), Natural History Museum (NHM) and the Science Museum Group (SMG) intend to enter into a Contract with an appropriately qualified and experienced Contractor for the provision of a diverse array of modern and progressive Security Services across the numerous sites of the 3 museum partners. The aim of the Contract is to provide control rooms, perimeter security and internal patrols, emergency response and first aid, management of electronic security systems, event and exhibition security officers, staff entrance security, traffic control, loading bay, bag search and door security across the various sites, providing world-class, co-ordinated, professional security services. |
Published: | 10/05/2017 17:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board and Trustees of the Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
Main Address: http://www.vam.ac.uk/
NUTS Code: UKI11
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: N/A
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-Kensington:-Security-services./U3FK84CTXU
Additional information can be obtained from: the abovementioned address
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: Museum Security Consortium
Reference Number: VA/CON/52/16
II.1.2) Main CPV Code:
79710000 - Security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Victoria and Albert Museum (V&A), Natural History Museum (NHM) and the Science Museum Group (SMG) intend to enter into a Contract with an appropriately qualified and experienced Contractor for the provision of a diverse array of modern and progressive Security Services across the numerous sites of the 3 museum partners. The aim of the Contract is to provide control rooms, perimeter security and internal patrols, emergency response and first aid, management of electronic security systems, event and exhibition security officers, staff entrance security, traffic control, loading bay, bag search and door security across the various sites, providing world-class, co-ordinated, professional security services.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
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:
UKI11 Inner London - West
II.2.4) Description of procurement: The Contractor is required to provide effective 24-hour protection to the Museum’s premises (including staff, visitors, contractors, buildings, collections and assets) in: South Kensington, Bethnal Green, Olympia, Wiltshire, Wandsworth, Bradford, Manchester, York and Wiltshire.
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: 60,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 17/03/2018 / End: 16/03/2023
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: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: As stated in the Selection Questionnaire
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The contract will contain the option for two extensions of a period of one year up to a total further two years. Please note that the estimated value is for the full seven years and does not include price increases due to inflation or other external influences. The Museums may bring on additional sites or services as required.
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:
As stated in the Selection Questionnaire
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 RESTRICTED
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: 09/06/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/06/2017
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 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-Kensington:-Security-services./U3FK84CTXU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U3FK84CTXU
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
The Strand, City of Westminster, WC2A 2LL, 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:
As set out in the Public Contracts Regulations (2015)
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: 10/05/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
The Board and Trustees of the Natural History Museum
Cromwell Road, London, SW7 5BD, United Kingdom
Email: j.baker@nhm.ac.uk
Main Address: http://www.nhm.ac.uk
NUTS Code: UKI11
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
The Board and Trustees of the Science Museum Group
Exhibition Road, London, SW7 2DD, United Kingdom
Email: anthony.latham@sciencemuseum.ac.uk
Main Address: http://www.sciencemuseum.org.uk
NUTS Code: UKI11
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Board and Trustees of the Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
Main Address: http://www.vam.ac.uk/
NUTS Code: UKI3
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: N/A
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Museum Security Consortium
Reference number: VA/CON/52/16
II.1.2) Main CPV code:
79710000 - Security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: PLEASE NOTE THIS NOTICE IS TO ANNOUNCE THE AWARD OF CONTRACT. THIS IS NOT A CURRENT CONTRACT OPPORTUNITY.
The Victoria and Albert Museum (V&A), Natural History Museum (NHM) and the Science Museum Group (SMG) intend to enter into a Contract with an appropriately qualified and experienced Contractor for the provision of a diverse array of modern and progressive Security Services across the numerous sites of the 3 museum partners. The aim of the Contract is to provide control rooms, perimeter security and internal patrols, emergency response and first aid, management of electronic security systems, event and exhibition security officers, staff entrance security, traffic control, loading bay, bag search and door security across the various sites, providing world-class, co-ordinated, professional security services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 63,487,185 / Highest offer:73,100,856
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
Main site or place of performance:
Inner London – West
II.2.4) Description of the procurement: The Contractor is required to provide effective 24-hour protection to the Museum’s premises (including staff, visitors, contractors, buildings, collections and assets) in: South Kensington, Bethnal Green, Olympia, Wiltshire, Wandsworth, Bradford, Manchester, York and Wiltshire.
II.2.5) Award criteria:
Quality criterion - Name: Organisational Structure / Weighting: 10
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: TUPE/Staff Transfer / Weighting: 10
Quality criterion - Name: Mobilisation / Weighting: 10
Quality criterion - Name: Risk / Weighting: 20
Price - Weighting: 25
II.2.11) Information about options
Options: Yes
Description of these options:The contract will contain the option for two extensions of a period of one year up to a total further two years. Please note that the estimated value is for the full seven years and does not include price increases due to inflation or other external influences. The Museums may bring on additional sites or services as required.
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: Not Provided
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
A dynamic purchasing system was set up: No
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 91-180140
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: 08/12/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wilson James Ltd
Chalkwell Lawns, 648-656 London Road, Westcliff-on-Sea, Essex, SS0 9HR, United Kingdom
Internet address: http://www.wilsonjames.co.uk/
NUTS Code: UKH31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 60,000,000
Total value of the contract/lot: 63,487,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=312319992
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand, City of Westminster, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: As set out in the Public Contracts Regulations (2015)
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/04/2018
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
The Board and Trustees of the Natural History Museum
Cromwell Road, London, SW7 5BD, United Kingdom
Email: j.baker@nhm.ac.uk
Main Address: http://www.nhm.ac.uk
NUTS Code: UKI3
2: Contracting Authority
The Board and Trustees of the Science Museum Group
Exhibition Road, London, SW7 2DD, United Kingdom
Email: anthony.latham@sciencemuseum.ac.uk
Main Address: http://www.sciencemuseum.org.uk
NUTS Code: UKI3