Tate Gallery : Tate Galleries - Security and Temporary Visitor Assistants

  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
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: Public security, law and order services.
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

View any Notice Addenda

View Award Notice