Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Business & Trade
Old Admiralty Building, Admiralty Place
London
SW1A 2DY
UK
E-mail: MajorWorldEventsCommercial@trade.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-business-and-trade
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uktrade.app.jaggaer.com/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uktrade.app.jaggaer.com/web/login.html
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:
https://uktrade.app.jaggaer.com/web/login.html
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
Other: Central Government
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
UK Pavilion at Expo 2025 Osaka - Design, Build, Maintain & Decommission (DBMD)
Reference number: Project_1355
II.1.2) Main CPV code
71540000
II.1.3) Type of contract
Services
II.1.4) Short description
The United Kingdom (UK) is participating in Expo 2025, which runs from 13 April 2025 - 13 October 2025 and will take place in Osaka, Japan. The overarching theme of Expo 2025 is "Designing Future Society for Our Lives". Expo will welcome visitors from all over the world, allowing countries to build extraordinary pavilions and transform the host city for years to come. The UK Pavilion will be delivered with the theme of "See Things Differently - Tomorrow, Today".
His Majestys Government (HMG) is seeking to procure a supplier (referred to as the "Contractor") to manage the delivery of the Design, Build, Maintain, and Decommission (referred to as "DBMD") of the UK Pavilion at Expo 2025 Osaka.
HMG has previously awarded a contract to a creative agency for delivery of the creative narrative, visitor experience, content design, and high-level pavilion design ideas. These design ideas are at an early stage and are construction methodology agnostic. It will be for the Contractor, when bidding and then when under contract, to further develop designs that they will then be able to construct within the time constraints and the available budget, whilst still ensuring we can deliver the outstanding and content-driven visitor experience developed by our creative agency. Once appointed, the Contractor will be responsible for progressing their tender response and, in consultation with the creative agency, producing full architectural designs, ensuring they align with all Japanese regulatory requirements and Expo guidelines.
The Contractor will therefore take full design liability and responsibility for managing the end-to-end delivery of the physical UK Pavilion and will be responsible for taking forward HMGs creative vision, and delivering a design that can be built in the timeframes; with the materials available; can deliver our key messages and visitor experience; and meets Japanese construction regulations.
The Contractor will then be responsible for managing the construction of the designed UK Pavilion (using appropriately licenced contractors that can build in Japan), fitting it out, maintaining it for the six (6) months of Expo, and then decommissioning it at the end of Expo. The Contractor will be responsible for managing any required consortium group members, subcontractors, or supply chain partners required to deliver the requirement via the proposed "Integrator" delivery model outlined in the Scope (available via the e-tendering portal Jaggaer, using the link stated in this notice).
Services that the Contractor may be required to integrate into the end-to-end delivery for this contract may include (but are not limited to): Architectural services (including licensed Japanese Architect of Record); licensed Japanese General Construction Services; Prefabrication/Modular Build Services, Fit-Out Services; and any other services required to design, construct, maintain, repair (if required), and decommission the UKP. For clarity, the DBMD delivery model does not include requirements for full operational services (such as staffing, events, hospitality etc) during the Expo.
Please see section II.2.4 of this notice for further information on this procurement.
II.1.5) Estimated total value
Value excluding VAT:
24 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
44211000
44211100
45212310
45212600
45223810
50800000
71220000
71530000
79930000
79993000
II.2.3) Place of performance
NUTS code:
JP
UK
Main site or place of performance:
The Client is headquartered in the UK, however, the pavilion is to be built, maintained, and decommissioned in Osaka, Japan, so the Contractor will need the ability to operate in both.
II.2.4) Description of the procurement
HMG is seeking to procure a Contractor to Design, Build (including Fitout), Maintain, and Decommission the UK Pavilion at Expo 2025 Osaka. All services required (including any specific works for the construction, and goods for the fitout) will be delivered through a single contract.
The proposed contract, a modified NEC4 Engineering and Construction Contract - Option F (Management), is divided into six (6) works packages to be delivered up to maximum budget cap of £24million (excluding all applicable taxes as permitted under the contract):
1. Management
2. Design & Surveys
3. Construction
4. Fitout
5. Maintain
6. Decommission
Although HMG has stipulated the Integrator Delivery Model in the Scope, it will be up to the Contractor to propose how it intends to resource that model - the Contractor will need to provide the Management package, however can choose to provide any of the other packages themselves or use subcontractors, supply chain partners, or form a consortium and utilise other group members for specific services.
For full details of the Procurement, including the scope (specification), proposed contract, the creative agency's design pack, and evaluation criteria (responses to which will form the Contractor's Tender), interested parties must access the full suite of procurement documentation via the e-tendering portal Jaggaer (using the link stated in this notice).
NOTE: you are reminded that by accessing the procurement documentation you are bound by the confidentiality terms of the competition (as stated in the ITT) and information should not be shared wider than your organisation.
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:
24 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
04/09/2023
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
The Completion Date for the Services/Works is 31st March 2026, followed by a 12-month defects correction period, taking the contract to 31st March 2027. Following this period, the contract may be extended in as many periods as necessary to a total of 12 months in aggregate
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2023/S 000-012401
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/07/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Department for Business & Trade
Old Admiralty Building, Admiralty Place
London
SW1A 2DY
UK
VI.5) Date of dispatch of this notice
19/06/2023