Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://competitions.malcolmreading.com/queenelizabethmemorial
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://competitions.malcolmreading.com/queenelizabethmemorial
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://competitions.malcolmreading.com/queenelizabethmemorial
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Queen Elizabeth II National Memorial Masterplan Design Competition
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Queen Elizabeth II National Memorial Masterplan Design Competition
two.1.2) Main CPV code
- 71222000 - Architectural services for outdoor areas
two.1.3) Type of contract
Services
two.1.4) Short description
The Queen Elizabeth II National Memorial Masterplan Design Competition is an open search for an
exceptionally dedicated and inspired multidisciplinary team to create a landmark memorial masterplan of
outstanding aesthetic quality that celebrates and honours Queen Elizabeth II.
Envisaged as a celebration of Elizabeth II as well as a place of reflection, the memorial project needs to tell
the story of a long reign and be beautiful, inclusive and sustainable. The site traverses London’s Grade I listed
St James’s Park from Marlborough Gate on The Mall covering land surrounding the pathway to, and
including, the Blue Bridge and across to Birdcage Walk.
Please see the competition website for full details and how to enter.
https://competitions.malcolmreading.com/queenelizabethmemorial
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35100000 - Emergency and security equipment
- 51000000 - Installation services (except software)
- 71000000 - Architectural, construction, engineering and inspection services
- 71222000 - Architectural services for outdoor areas
- 77300000 - Horticultural services
- 92000000 - Recreational, cultural and sporting services
- 92311000 - Works of art
- 92312230 - Services provided by sculptors
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Queen Elizabeth II National Memorial Masterplan Design Competition is an open two-stage design competition comprising an Expression of Interest period followed by a closed design stage for a shortlist of five competitors.
This competition is being run under the Restricted Procedure in accordance with the Public Contracts Regulations 2015 (as amended) regulation 28, leading to the intended award of a services contract to the successful tenderer to deliver design services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
The appointed design team may be required to provide continuing support
during any such construction phase
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
There will be an Expression of Interest period followed by qualification / selection of a
shortlist of five competitors who will be invited to participate in a closed design stage.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Section 5 of Chapter 2 of Part 2 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in the Expression of Interest stage. The Cabinet Office will only analyse and assess FVRA returns from the five bidders who have passed all other qualification criteria and been shortlisted to the tender stage of the competition.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-038366
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 January 2025
Local time
2:01pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 February 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e14fc266-b42c-4fc4-9e6f-1973dbb77083
The Government Security Classifications (GSC) Policy came into force on 2
April 2014 and describes how HM Government classifies information assets
to ensure they are appropriately protected. It applies to all information that
Government collects, stores, processes, generates or shares to deliver
services and conduct business.
Cyber Essentials is a mandatory requirement for Central Government
contracts which involve handling personal information or provide certain ICT
products/services. Government is taking steps to reduce the levels of cyber
security risk in its supply chain through the Cyber Essentials scheme. The
scheme defines a set of controls which, when implemented, will provide
organisations with basic protection from the most prevalent forms of threat
coming from the internet. To participate in this procurement, bidders must be
able to demonstrate they comply with the technical requirements prescribed
by Cyber Essentials, for services under and in connection with this
procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more
information.
Use the following link for information on how to participate in this opportunity:
https://competitions.malcolmreading.com/queenelizabethmemorial
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office
1 Horse Guards Road
London
SW1A 2HQ
Country
United Kingdom
Internet address
https://competitions.malcolmreading.com/queenelizabethmemorial