Tate Gallery : Tate Galleries - DC Pension Provider

  Tate Gallery has published this notice through Delta eSourcing

Notice Summary
Title: Tate Galleries - DC Pension Provider
Notice type: Contract Notice
Authority: Tate Gallery
Nature of contract: Services
Procedure: Open
Short Description: Tate currently offers membership of the Principle Civil Service Pension Scheme (“PCSPS”), and NEST for casual workers, but would now like to explore a DC pension arrangement. We are inviting proposals to provide this arrangement and the full Request for Proposal document is available from Barnett Waddingham TATEEC@Barnett-Waddingham.co.uk.
Published: 23/07/2021 14:12

View Full Notice

UK-London: Pension services.
Section I: Contracting Authority
      I.1) Name and addresses
             Tate Gallery
             20 John Islip Street, Millbank, London, SW1P 4RG, United Kingdom
             Tel. +44 2078878811, Email: declan.mcalister@tate.org.uk
             Main Address: www.tate.org.uk
             NUTS Code: UKI
      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.tate.org.uk/about-us/policies-and-procedures/doing-business-tate
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the address as in Annex A.III       
      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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Tate Galleries - DC Pension Provider       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      66520000 - Pension services.
      SC01-2 - For pension

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Tate currently offers membership of the Principle Civil Service Pension Scheme (“PCSPS”), and NEST for casual workers, but would now like to explore a DC pension arrangement. We are inviting proposals to provide this arrangement and the full Request for Proposal document is available from Barnett Waddingham TATEEC@Barnett-Waddingham.co.uk.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,500,000       
      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: Tate currently offers membership of the Principle Civil Service Pension Scheme (“PCSPS”), and NEST for casual workers, but would now like to explore a DC pension arrangement. We are inviting proposals to provide this arrangement and the full Request for Proposal document is available from Barnett Waddingham TATEEC@Barnett-Waddingham.co.uk.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: While the initial length of the contract is 5 years, it is intended that the contract will be extended and renewed throughout its lifespan owing to the unique nature of the contract as a long term pension service.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: Not provided       


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:          
      Not Provided       
      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          
      Not Provided          
      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 Acclerated   
      Justification for the choice of accelerated procedure: Accelerated procedure is required in order to allow for a connected competitive procurement procedure to proceed on time.   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         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: 06/08/2021 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/08/2021
         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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=599081606
   VI.4) Procedures for review
   VI.4.1) Review body:
             Tate Gallery
       20 John Islip Street, London, SW1P 4RG, United Kingdom
       Tel. +44 2078212960
   VI.4.2) Body responsible for mediation procedures:
             Tate Gallery
          20 John Islip Street, London, SW1P 4RG, United Kingdom
          Tel. +44 2078212960
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Tate Gallery
       20 John Islip Street, London, SW1P 4RG, United Kingdom
       Tel. +44 2078212960
   VI.5) Date Of Dispatch Of This Notice: 23/07/2021

Annex A

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       Tate Gallery
       20 John Islip Street, London, SW1P 4RG, United Kingdom
       Tel. +44 2078212960, Email: TATEEC@Barnett-Waddingham.co.uk
       Main Address: www.Barnett-Waddingham.co.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice