The Arts Council of England: Security Consultants Framework

  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 www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).
Published: 11/10/2024 08:59
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-Manchester: Investigation and security services.
Section I: Contracting Authority
      I.1) Name and addresses
             Arts Council England
             The Hive, 49 Lever Street, Manchester, M1 1FN, United Kingdom
             Tel. +44 1615374120, 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./C88KQQC564
      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 609 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 www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).       
      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: 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 www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).
      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: 24       
      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/5U5P3MJY87       


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: 11/11/2024 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: 11/11/2024
         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./C88KQQC564

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C88KQQC564
   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: 11/10/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Manchester: Investigation and security services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Arts Council England
       The Hive, 49 Lever Street, Manchester, M1 1FN, United Kingdom
       Tel. +44 1615374120, 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 609 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 www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   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: 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 www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).

      II.2.5) Award criteria:
      Quality criterion - Name: Supplier's skills and experience / Weighting: 30
      Quality criterion - Name: Understanding of risk factors and ability tom provide pragmatic and risk-based security advice / Weighting: 20
      Quality criterion - Name: Communication / Weighting: 20
      Quality criterion - Name: Continuous Professional Development / Weighting: 10
                  
      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/5U5P3MJY87


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: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-032730
      
   

   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: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2024 - 032730

Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=910688337

   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: 17/12/2024