Section one: Contracting authority
one.1) Name and addresses
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
Telephone
+44 2078878811
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tate Galleries - Full-service payment provider
two.1.2) Main CPV code
- 66172000 - Financial transaction processing and clearing-house services
two.1.3) Type of contract
Services
two.1.4) Short description
Tate is embarking on an ambitious and wide-reaching transformation of its customer-facing and revenue-generating systems. One of the key projects within this programme of change is to consolidate the existing disparate payment processors serving our various business functions and replace them with a single full-service payment service provider. This project will enhance our customer experience across all touchpoints, unlock various strategic initiatives, enable joined-up reporting across the business, and offer a more attractive commercial proposition to Tate through lower fees afforded by economies of scale.
Tate are seeking a long-term partner who will be able to provide a first-class product backed up by outstanding service and account management, and who will not just enable our roadmap and aspirations but also challenge us to go beyond our boundaries and continuously build and innovate so that we maintain our sector-leading proposition.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
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
Tate is embarking on an ambitious and wide-reaching transformation of its customer-facing and revenue-generating systems. One of the key projects within this programme of change is to consolidate the existing disparate payment processors serving our various business functions and replace them with a single full-service payment service provider. This project will enhance our customer experience across all touchpoints, unlock various strategic initiatives, enable joined-up reporting across the business, and offer a more attractive commercial proposition to Tate through lower fees afforded by economies of scale.
Tate is inviting PSPs to tender for this business. We are seeking a long-term partner who will be able to provide a first-class product backed up by outstanding service and account management, and who will not just enable our roadmap and aspirations but also challenge us to go beyond our boundaries and continuously build and innovate so that we maintain our sector-leading proposition.
Please note the value of this contract is the total value of payments that will be processed (on average) by the PSP.
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: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
As the contract is intended to be a long-term partnership, the contract will have a minimum term of 3 years with extensions agreed between the parties from time to time.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
The full list of selection criteria is as stated within the tender pack, but tenderers should note that there are technical restrictions present relating to integrations between this service and other service providers.
three.2) Conditions related to 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
Accelerated procedure
Justification:
Time is of the essence for this procurement as there are dependent contracts that require this payment provider to be in place by a specific date, otherwise there is a risk to income.
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
4 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 October 2021
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/88UPU55K5R
GO Reference: GO-2021910-PRO-18887118
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