Section one: Contracting authority
one.1) Name and addresses
The Board of Trustees of the Tate Gallery
Tate, Millbank, Westminster
London
SW1P 4RG
Telephone
+44 2078878811
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.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 another address:
Tate Procurement Team
Millbank
London
SW1P 4RG
Contact
Tate Procurement Team Please email to request an NDA once completed and signed the tender access code will be issued to you
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted to the following address:
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Contact
Tate Procurement Team Please email to request an NDA once completed and signed the tender access code will be issued to you
Telephone
+44 2078212960
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tate Galleries - Security and Temporary Visitor Assistants
two.1.2) Main CPV code
- 75240000 - Public security, law and order services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £27,000,000
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
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.
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: £27,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.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’.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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/9DJN8295N8
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in Schedule 6 of the Contract.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
16 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 September 2024
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9DJN8295N8
GO Reference: GO-202489-PRO-27356596
six.4) Procedures for review
six.4.1) Review body
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom