Opportunity

Tate Galleries - Full-service payment provider

  • Tate Gallery

F02: Contract notice

Notice reference: 2021/S 000-022610

Published 11 September 2021, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Tate Gallery

20 John Islip Street, Millbank

London

SW1P 4RG

Email

declan.mcalister@tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.tate.org.uk

one.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:-Financial-transaction-processing-and-clearing-house-services./88UPU55K5R

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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Financial-transaction-processing-and-clearing-house-services./88UPU55K5R

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