{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05483c-2026-04-01T10:08:31+01:00",
    "date": "2026-04-01T10:08:31+01:00",
    "ocid": "ocds-h6vhtk-05483c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PQLN-4536-WVGN",
            "name": "Victoria and Albert Museum",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQLN-4536-WVGN"
            },
            "address": {
                "streetAddress": "Cromwell Road",
                "locality": "London",
                "postalCode": "SW7 2RL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "procurement@vam.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PJBJ-4723-MZPX",
            "name": "Natural History Museum",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJBJ-4723-MZPX"
            },
            "address": {
                "streetAddress": "Cromwell Road",
                "locality": "London",
                "postalCode": "SW7 5BD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "nhmprocurement@nhm.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PDTR-3338-MNPG",
            "name": "Science Museum Group",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDTR-3338-MNPG"
            },
            "address": {
                "streetAddress": "The Science Museum",
                "locality": "London",
                "postalCode": "SW7 2DD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "procurement@sciencemuseum.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PQLN-4536-WVGN",
        "name": "Victoria and Albert Museum"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "To respond to our survey, please use this link: https://forms.office.com/Pages/ResponsePage.aspx?id=pqhybT5ixEK4FwRbTfKt1P9TzZfPOsVLljXFrpdOTGFUM08wNE1GSElNRllaOTNaRENCOE83Q0QwVyQlQCN0PWcu We are looking to go out to market for security services in 2026 for a start date of March 2027. We are currently considering our options for how those services could be provided. This includes thinking about whether we remain as a consortium and if so, in what form. We want to hear your views to help us make this decision so we are issuing this survey as part of our preliminary market engagement. The purpose of this survey is to help us understand suppliers' appetite and capability for providing these services to us a. individually or as a consortium, and b. as a single combined contract or in various packages. We want to get your opinion on what benefits there might be from us packaging up the contract in various ways. Responses submitted in this survey will not in any way impact any future submission for these - or any other - tenders with the NHM, SMG and V&A. Any data received as part of our preliminary market engagement activities will be retained and deleted in line with Regulation 98 (4) of the Procurement Act 2023 (three years after a contract is entered into). We will not share responses to this survey with any third parties except in an anonymised format. We have carried out a conflicts interest assessment for all individuals that will have sight of the responses received. To fulfil our duty under the Regulation 16(3) of the Procurement Act 2023 we will include in our tender pack an aggregated summary of all responses received once we go out to market for these services but such summary will not contain any personally identifiable information. The survey closes at the end of the day on 07 July 2025.",
                "dueDate": "2025-07-07T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "032163-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032163-2025",
                "datePublished": "2025-06-13T10:28:23+01:00",
                "format": "text/html"
            },
            {
                "id": "008560-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008560-2026",
                "datePublished": "2026-01-30T15:14:58Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "VA/CON/F25/14",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Security Services to the Museums Security Consortium",
        "description": "We - the Natural History Museum and the V&A - are the Museums Security Consortium. We are looking for a supplier of security services to provide 24/7 control room services, security guarding and patrols, key and pass issuing services, event security, logistic services (deliveries etc.), and other related services for the following sites: For the NHM: - Natural History Museum, South Kensington, London - Natural History Museum Tring, Hertfordshire - NHM Storage, South-west London - NHM Unlocked, Thames Valley Science Park, Reading (completion summer 2027 and its inclusion/exclusion in the scope of this contract will be confirmed at Stage Two) For the V&A - V&A South Kensington - Young V&A (Bethnal Green) - V&A East Storehouse - V&A East Museum - Object store, Wiltshire (monitoring & response only) - Commercial Store, North-west London (monitoring & response only) For more information, log on to Delta and look at the tender pack which includes a draft spec. We also invite you to join an online session at 13:00 on 14 April 2026 where we will talk through our requirements and take any questions. If you'd like to attend, log on to Delta to get notified of the link out nearer the time of the session. Anyone can attend this session and a recording will be available on Delta afterwards for anyone that missed it. This is a single contract for the delivery of all of the services to us. The following organisation has carried out part of the procurement on our behalf: Toro Risk Solutions - Global Ltd, company number 09465940, whose registered address is 124 City Road, London, United Kingdom, EC1V 2NX. Their role in this procurement is assisting us with pre-procurement activity such as drafting procurement documentation, and assisting with procurement activity such as evaluating submissions from suppliers. They may also provide contract lead-in and aftercare services.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 102995629,
            "amount": 85829691,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-03-17T00:00:00Z",
                    "endDate": "2032-03-16T23:59:59Z",
                    "maxExtentDate": "2035-03-16T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 102995629,
                    "amount": 85829691,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "Option for three one year extensions to be agreed by mutual consent."
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases and any variations required to meet the operational requirements of the Museums Security Consortium members during the contract period. Option to include additional ad hoc requirements for security services. Option to vary the scope of services to meet the buildings' operational needs. Option to vary the buildings that are included in the contract based on any changes to the Museums Security Consortium members' estates. Option to include additional or fewer ad hoc requests event security."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social value",
                            "description": "includes sustainability",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service delivery model",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Mobilisation and transition",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Innovation and continuous improvement",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As set out in the tender pack. We recommend the following in order to demonstrate appropriate financial capacity for this contract: Turnover is PS20m or higher Balance sheet is positive Current ratio is 1 or higher"
                        },
                        {
                            "type": "technical",
                            "description": "Must be a member of the SIA Approved Contractor Scheme (ACS) or demonstrate an equivalent level of accreditation."
                        }
                    ]
                }
            }
        ],
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "electronicSubmissionPolicy": "allowed"
        },
        "expressionOfInterestDeadline": "2026-05-01T12:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-08-12T23:59:59+01:00"
        },
        "communication": {
            "futureNoticeDate": "2026-04-01T23:59:59+01:00"
        },
        "procedure": {
            "features": "We envisage that this procurement process will include the following stages: Stage One: where anyone may submit a Stage One Tender. - Stage One Tenders will be evaluated and the three to five highest scoring tenderers will proceed to Stage Two. Stage Two: where selected suppliers are invited to submit a final Tender. - Stage Two Tenders will be evaluated to determine the most advantageous tender. The anticipated award criteria are set out in this notice. Scores from Stage One don't carry over in any way to Stage Two. Please note that whilst this section is correct to the best our knowledge, we reserve all our rights under the Procurement Act 2023 including the right to vary the process and the right to revise the award criteria between stages. At this Stage One of the procurement process you are invited to complete and return a Stage One Tender. We will evaluate Stage One Tenders to determine which suppliers will proceed to the second tender stage at Stage Two. Stage Two suppliers will be required to sign a non disclosure agreement in order to receive the full specification and appendices. Stage Two includes site visits to be held on dates to be confirmed. It will be mandatory that each tenderer attends a site visit. All Stage Two tenders submitted must be capable of acceptance without the need for negotiation, fine tuning or value engineering. We do not anticipate conducting any negotiation during this procurement process. We reserve the right to introduce negotiation stages into the procurement process at our sole discretion. Whilst the evaluation of tenders will be based strictly on the criteria set out in the ITT issued at Stage Two, once the evaluation is complete, we reserve the right to, with the successful tenderer before finalising the contract and at our sole discretion, fine tune the scope of services and/or conduct a value engineering exercise. For more information please log on to Delta and review the tender pack."
        },
        "submissionMethodDetails": "http://www.delta-esourcing.com/respond/43HW28D8BE",
        "tenderPeriod": {
            "endDate": "2026-05-06T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-27T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "http://www.delta-esourcing.com/respond/43HW28D8BE"
            },
            {
                "id": "030146-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030146-2026",
                "datePublished": "2026-04-01T10:08:31+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "Known Risks (under Procurement Act, Schedule 8, Sections 5-7) are not included in the contract value estimation. Known Risks will include changes outside of ours and the supplier's control such as to living wage, inflation, and statutory changes that affect the sums paid"
    },
    "language": "en"
}