Tate Gallery : Tate Galleries - Full-service payment provider

  Tate Gallery is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Tate Galleries - Full-service payment provider
Notice type: Contract Notice
Authority: Tate Gallery
Nature of contract: Services
Procedure: Negotiated
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.
Published: 10/09/2021 20:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Financial transaction processing and clearing-house 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.delta-esourcing.com/tenders/UK-UK-London:-Financial-transaction-processing-and-clearing-house-services./88UPU55K5R
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      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
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Tate Galleries - Full-service payment provider       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      66172000 - Financial transaction processing and clearing-house services.

      II.1.3) Type of contract: SERVICES
      II.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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 45,000,000       
      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 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.
      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: 45,000,000       
      Currency: GBP       
      II.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.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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
      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.    
      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: Yes    

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
      Justification for the choice of accelerated procedure: 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.   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   IV.1.5) Information about negotiation: Yes.
   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: 04/10/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/10/2021       
      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
      
      

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: 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
   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: 10/09/2021

Annex A


View any Notice Addenda

View Award Notice