UK-London: Investigation and security services.

UK-London: Investigation and security services.
Section I: Contracting Authority
I.1) Name and addresses
The Arts Council of England
21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
Tel. +44 1619344317, Email: procurement.services@artscouncil.org.uk
Contact: Zobair Mehmood
Main Address: https://www.artscouncil.org.uk/, Address of the buyer profile: https://artscouncil.delta-esourcing.com/
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-London:-Investigation-and-security-services./5JFJG8C996
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5JFJG8C996 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
Body governed by public law
I.5) Main activity
Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Security Consultants Framework Agreement
Reference Number: ACE 291 ITT
II.1.2) Main CPV Code:
79700000 - Investigation and security services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The purpose of this Procurement is to establish a Framework Agreement of up to 10 Contractors to provide Security Consultants to carry out ad-hoc security and risk assessments in support of the work of Arts Council England's (ACE) National Security Adviser for the Government Indemnity Scheme.

The Security Consultants will support the National Security Adviser to ensure that institutions intending to use Government Indemnity for loans are able to comply with the Scheme conditions, as set out in Annex D and E of the Scheme Guidelines (see non-national institution guidelines at http://www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme). Full details of the requirements are set out in the Invitation to Tender (ITT) .
II.1.5) Estimated total value:
Value excluding VAT: 300,000
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: The purpose of this Procurement is to establish a Framework Agreement of up to 10 Contractors to provide Security Consultants to carry out ad-hoc security and risk assessments in support of the work of Arts Council England's (ACE) National Security Adviser for the Government Indemnity Scheme. The Security Consultants will support the National Security Adviser to ensure that institutions intending to use Government Indemnity for loans are able to comply with the Scheme conditions, as set out in Annex D and E of the Scheme Guidelines (see non-national institution guidelines at http://www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme).

ACE is seeking named individuals as Security Consultants to provide the Services. Each Bidder must propose 1 Security Consultant to deliver the Services. The Security Consultant will report directly to the National Security Advisor. The Security Consultant must have previous experience of working in security, police, military or other sector with responsibility for asset protection. An understanding of a range of risk factors including criminality, accident, fire and flood is essential. Very good communication skills are important, both as a representative of ACE and in producing clear and accurate reports.

The Framework Agreement will commence on 01 April 2021 and continue until 31 March 2023, unless it is terminated in accordance with its terms. ACE may extend the Term by two successive period(s) of twelve months each, provided it has given the Contractor notice of the same at least three month(s) prior to the expiry of the Term.

The estimate value of all the Services to be provided under the framework is 300 000 GBP (excluding VAT, but including expenses) for the initial Term and extension period.

Full details of the requirements are set out in the ITT.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2021 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: The Framework Agreement will commence on 01 April 2021 and continue until 31 March 2023, unless it is terminated in accordance with its terms. ACE may extend the Term by two successive period(s) of twelve months each, provided it has given the Contractor notice of the same at least three month(s) prior to the expiry of the Term.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Framework Agreement will commence on 01 April 2021 and continue until 31 March 2023, unless it is terminated in accordance with its terms. ACE may extend the Term by two successive period(s) of twelve months each, provided it has given the Contractor notice of the same at least three month(s) prior to the expiry of the Term.
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/5JFJG8C996


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:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
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
See procurement documents.
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: 22/02/2021 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): 6

IV.2.7) Conditions for opening of tenders:
Date: 22/02/2021
Time: 12:00


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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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:-Investigation-and-security-services./5JFJG8C996

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5JFJG8C996
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
The Royal Courts of Justice, London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
ACE will incorporate a standstill period of 10 calendar days at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. Further information is set out in the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/01/2021

Annex A