Tender

Tate Galleries - Security and Temporary Visitor Assistants

  • The Board of Trustees of the Tate Gallery

F02: Contract notice

Notice identifier: 2024/S 000-025318

Procurement identifier (OCID): ocds-h6vhtk-0489a3

Published 9 August 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

The Board of Trustees of the Tate Gallery

Tate, Millbank, Westminster

London

SW1P 4RG

Email

procurement@tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.tate.org.uk

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

Email

procurement@tate.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.tate.org.uk

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

Email

procurement@tate.org.uk

Telephone

+44 2078212960

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.tate.org.uk

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:

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

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