Highgate Cemetery Architectural Projects Competition – Stage 1
Highgate Cemetery is looking for an architect-led team to consider how to conserve historic structures and improve facilities at the cemetery.
United Kingdom-London: Architectural and related services
2020/S 232-573902
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Highgate Cemetery, Swains Lane, Highgate
Town: London
NUTS code: UKI LONDON
Postal code: N6 6PJ
Country: United Kingdom
E-mail: ross.macaskill@uk.arteliagroup.com
Telephone: +44 2072690450
Internet address(es):
Main address: https://highgatecemetery.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Highgate Cemetery Architectural Projects Competition — Stage 1
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Highgate Cemetery is looking for an architect-led team to consider how to conserve historic structures and improve facilities at the cemetery. The competition is open to architects registered with the Architects Registration Board in the UK or the equivalent in their home country. The successful team will be talented enough to produce exceptional quality of design and respectful enough for this to sit happily within the Grade 1 registered landscape and adjacent to the many listed structures.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Highgate Cemetery.
II.2.4)Description of the procurement:
In Stage 1 entrants will complete a four-part Standard Selection Questionnaire, including explanations of how they will approach the project, similar projects they have successfully delivered in the past, and details of their team. Following completion of stage 1 it is intended that a maximum of six teams will be shortlisted to compete in stage 2 of the competition. The stage 2 assessment process and criteria will be provided in the stage 2 briefing documents. The evaluation criteria will be a split between quality and price.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
All submissions must be led by an architectural team. Eligible architects should be professionally registered in the country where they are qualified or where they are currently located and practise. UK?based architects should be registered with the Architects Registration Board; those based outside the UK should be registered with an equivalent regulatory body.
III.1.2)Economic and financial standing
The minimum financial turnover tenderers are required to have should be no lower than £500,000.00 The turnover considered will be that of the most recent audited full year.
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Eligible architects should be professionally registered in the country where they are qualified or where they are currently located and practise. UK?based architects should be registered with the Architects Registration Board; those based outside the UK should be registered with an equivalent regulatory body.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
(MT Ref:221160)
VI.4.1)Review body
Postal address: Cabinet Office
Town: London
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503
Internet address: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: