Section one: Contracting authority/entity
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
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted to the above-mentioned 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 - Visitor Lockers (Revenue Share)
two.1.2) Main CPV code
- 98350000 - Civic-amenity services
two.1.3) Type of contract
Services
two.1.4) Short description
The Board of Trustees of the Tate Galleries require an experienced supplier to provide a new offering of visitor lockers, initially at Tate Modern, to be followed by Tate Britain in FY 25/26.
Tate are seeking suitable tenders to provide new visitor lockers, on a revenue sharing basis, along with an accessible interface to allow all our visitors simple access to store their items.
We are hoping to award this contract in March 2024, with the aim of having the new lockers delivered and operational in Q1 24/25.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The Board of Trustees of the Tate Galleries require an experienced supplier to provide a new offering of visitor lockers, initially at our London sites, Tate Britain and Tate Modern. Tate are seeking suitable tenders to provide new visitor lockers, on a revenue sharing basis, along with an accessible, easy to use, app to allow all our visitors simple access to store their items. We are hoping to award this contract in mid to late February 2024, with the aim of having the new lockers delivered and operational in Q1 24/25.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the concession
Duration in months
60
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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, indication of information and documentation required
For insurance cover, the requirement is £5m for public liability, £5m for product liability, £5m employers’ liability (compulsory insurance) and £1m professional indemnity insurance. Tenderers that do not currently hold these levels of insurance will need to do so prior to award, at no extra cost to Tate. Any Tenderer who does not satisfy Tate that they hold the required levels specified for the contract or agree to increase to these levels will fail. Please note, if you agree to increase you will need to provide the supporting evidence requested prior to award.
three.1.2) Economic and financial standing
List and brief description of selection criteria, indication of information and documentation required
Prompt Payment of Invoices Due Suppliers should provide evidence of their ability to return revenues to Tate promptly and in any case within 30 days of the previous period ending. Liquidity Test (Acid Test) (Current Assets – Stock) / Current Liabilities From the latest 2 years 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. These accounts should show an average turnover of £1,000,000 or more within each financial year.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the concession
three.2.2) Concession performance conditions
The supplier must submit a detailed revenue forecast, which should include revenue projections throughout the term of the contract, assuming 5 years from locker install. If any assumptions have been made, either from direct knowledge or experience from other contracts, these should be stated and references provided where relevant. A full financial model should be presented, including any background data, calculations, formulae which link to the high level summary. Tate requests that bidders do not make any commitments to a fixed or guaranteed financial return within their forecast, however Tate expects that this contract will be subject to a minimum financial return to Tate of 50%, [50 percent], of all revenue generated in a given financial year.
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Date
16 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Civic-amenity-services./N2K55CA9Y8" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Civic-amenity-services./N2K55CA9Y8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N2K55CA9Y8" target="_blank">https://www.delta-esourcing.com/respond/N2K55CA9Y8
GO Reference: GO-2024116-PRO-24970851
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