Tender

Security Consultants Framework

  • Arts Council of England

F02: Contract notice

Notice identifier: 2025/S 000-001956

Procurement identifier (OCID): ocds-h6vhtk-04d4e0

Published 20 January 2025, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Arts Council of England

The Hive, 47 Lever Street

Manchester

M1 1FN

Contact

Valentina Sabucco

Email

procurement.services@artscouncil.org.uk

Telephone

+44 1619344317

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.artscouncil.org.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Consultants Framework

Reference number

ACE 609a ITT

two.1.2) Main CPV code

  • 79700000 - Investigation and security services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £370,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the 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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £370,000

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SUJ4VZMGSC


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

List and brief description of selection criteria

as detailed in the tender documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

as detailed in the tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 February 2025

Local time

12:00pm

Place

online


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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

GO Reference: GO-2025120-PRO-29180099

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom