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 |
View Full Notice
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