Tender

Tate Galleries - Principal Contractor - Tate Britain Garden

TATE

This public procurement record has 2 releases in its history.

TenderUpdate

04 Aug 2025 at 19:13

Tender

04 Aug 2025 at 19:11

Summary of the contracting process

The Tate is engaging in a significant project aimed at transforming its exterior into the Clore Garden, collaborating with esteemed designer Tom Stuart-Smith and the Royal Horticultural Society. This initiative, mainly financed by the Clore Duffield Foundation, seeks to create an inspiring natural environment at the Tate Britain site in London. The procurement process, managed by Ward Williams Associates LLP, is currently at the tender stage, with key deadlines including an enquiry period ending on 27 August 2025 and a tender period closing on 12 September 2025. The project is categorised under the construction work industry, and it aims to enhance the architecture through sustainable practices and increased biodiversity, benefiting residents, students, and visitors alike. The procurement is executed via an open procedure, with a gross value estimated at £4.8 million under a JCT Standard Building Contract.

This tender offers substantial business growth opportunities, particularly for firms specialising in construction, landscaping, and sustainability projects. It is well-suited for small and medium-sized enterprises (SMEs) that are experienced in similar large-scale projects, meeting specific economic and technical selection criteria. Companies with robust public liability, employers' liability, and professional indemnity insurance are required, ensuring comprehensive coverage for the project duration. The initiative not only enhances the visual appeal of Tate Britain but also provides extensive exposure and engagement opportunities for winning contractors, particularly those interested in promoting inclusivity and environmental improvements through their work.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tate Galleries - Principal Contractor - Tate Britain Garden

Notice Description

Tate Britain is creating a bold new garden for London in collaboration with celebrated garden designer Tom Stuart-Smith and the Royal Horticultural Society. Generously funded by the Clore Duffield Foundation, the Clore Garden will transform Tate Britain's exterior and offer beautiful natural spaces for residents, students and visitors to enjoy. The Clore Garden will: * transform Tate Britain's landscape, enhancing existing architecture and restoring sightlines * amplify biodiversity through diverse planting, and improve sustainability * create space to enjoy art outside the gallery, with works shared from Tate's collection * feature a new cafe terrace with room for outdoor programmes, talks and learning events * include a new classroom for school groups and adult learners to connect art with nature (separate contract). Complementing Tate Britain's classical architecture, the garden's organic design will invite discovery year-round. From magnolias and blossom in spring, to seed heads and evergreens in autumn and winter, there will be eye-catching plants to delight in across the seasons. The garden will be fully accessible with quiet spaces, seating and interactive water features. The project includes the removal of and creative refabrication of existing landscaping to create new fluid pathways through the garden. The project includes a separate new purpose-built garden classroom which is subject to an interdependent but separate procurement exercise. The garden includes key features aimed at celebrating the beauty of nature, creating a space of amenity where artwork can be explored in a different context whilst simultaneously allowing areas of public enjoyment and education to take place concurrently. The garden project includes works to elevate and improve existing listed features such as gates and railings, works to improve legibility and access and, additionally, key areas of interaction through a bespoke water feature and pond. New services will be provided including a proposed irrigation borehole, a new irrigation system, pathway lighting and event power. Works subject to a Section 278 Order, include the revised front layby, kerb lines and associated drainage and utilities. The contract will be let as a traditional contract under a JCT Standard Building Contract, with tenderers acting as the Principal Contractor. The tenderers will act as Principal Contactor as defined in the Construction Design Management Regulations 2015 which will include the role to oversee a directly appointed contractor the Garden Classroom.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0580f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045889-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20256 months ago
Submission Deadline
12 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Nov 2025 - 30 Sep 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TATE
Additional Buyers

WARD WILLIAMS ASSOCIATES LLP

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4RG
Post Town
South West London
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK3 Cornwall and Isles of Scilly
Small Region (ITL 3)
TLK30 Cornwall and Isles of Scilly
Delivery Location
TLI32 Westminster

Local Authority
Cornwall
Electoral Ward
Threemilestone & Chacewater
Westminster Constituency
Truro and Falmouth

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0580f4-2025-08-04T20:13:18+01:00",
    "date": "2025-08-04T20:13:18+01:00",
    "ocid": "ocds-h6vhtk-0580f4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVXL-7942-GJXJ",
            "name": "Tate",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVXL-7942-GJXJ"
            },
            "address": {
                "streetAddress": "Tate, Millbank",
                "locality": "London",
                "postalCode": "SW1P 4RG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurement@tate.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC401502",
            "name": "WARD WILLIAMS ASSOCIATES LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC401502"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PZHW-6682-BGCZ"
                }
            ],
            "address": {
                "streetAddress": "Compass House Truro Business Park",
                "locality": "Truro",
                "postalCode": "TR4 9LD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK30"
            },
            "contactPoint": {
                "email": "marketing@wardwilliams.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Project Managers",
            "details": {
                "url": "http://wardwilliams.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVXL-7942-GJXJ",
        "name": "Tate"
    },
    "tender": {
        "id": "ocds-h6vhtk-0580f4",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Tate Galleries - Principal Contractor - Tate Britain Garden",
        "description": "Tate Britain is creating a bold new garden for London in collaboration with celebrated garden designer Tom Stuart-Smith and the Royal Horticultural Society. Generously funded by the Clore Duffield Foundation, the Clore Garden will transform Tate Britain's exterior and offer beautiful natural spaces for residents, students and visitors to enjoy. The Clore Garden will: * transform Tate Britain's landscape, enhancing existing architecture and restoring sightlines * amplify biodiversity through diverse planting, and improve sustainability * create space to enjoy art outside the gallery, with works shared from Tate's collection * feature a new cafe terrace with room for outdoor programmes, talks and learning events * include a new classroom for school groups and adult learners to connect art with nature (separate contract). Complementing Tate Britain's classical architecture, the garden's organic design will invite discovery year-round. From magnolias and blossom in spring, to seed heads and evergreens in autumn and winter, there will be eye-catching plants to delight in across the seasons. The garden will be fully accessible with quiet spaces, seating and interactive water features. The project includes the removal of and creative refabrication of existing landscaping to create new fluid pathways through the garden. The project includes a separate new purpose-built garden classroom which is subject to an interdependent but separate procurement exercise. The garden includes key features aimed at celebrating the beauty of nature, creating a space of amenity where artwork can be explored in a different context whilst simultaneously allowing areas of public enjoyment and education to take place concurrently. The garden project includes works to elevate and improve existing listed features such as gates and railings, works to improve legibility and access and, additionally, key areas of interaction through a bespoke water feature and pond. New services will be provided including a proposed irrigation borehole, a new irrigation system, pathway lighting and event power. Works subject to a Section 278 Order, include the revised front layby, kerb lines and associated drainage and utilities. The contract will be let as a traditional contract under a JCT Standard Building Contract, with tenderers acting as the Principal Contractor. The tenderers will act as Principal Contactor as defined in the Construction Design Management Regulations 2015 which will include the role to oversee a directly appointed contractor the Garden Classroom.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4800000,
            "amount": 4000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://secure.marketdojo.com/signup The invite code to use is EC73CB3296. If you experience any difficulty in registering or participating, contact the HelpDojo live chat or procurement@tate.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-12T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-27T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-23T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality - 100% Non-Price accounts for 100% of the total score for the Selection phase and will be assessed by reference to a number of method statements prepared by the bidder, in response to questions posed. There are 5 questions within the Non-Price section, and each has an individual weighting as shown (more information is provided below). Following the conclusion of the Evaluation and Moderation phase, a shortlist will be compiled which will comprise of those Bidders with the highest Total Score. Tate intends to shortlist between 4 and 6 Bidders, but ultimately the number of shortlisted participants will be at Tate's discretion, based on the number of suitable Bidders. These Bidders thus chosen will be invited to submit a full Response for the requirement.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "For insurance cover, the requirement is PS5m for public liability, PS5m employers' liability (compulsory insurance) and PS2m professional indemnity insurance. Bidders that do not currently hold these levels of insurance will need to do so prior to award, at no extra cost to Tate. Any bidder who does not satisfy Tate that they hold the required levels specified for the contract or agree to increase to these levels will fail. Please note, if you agree to increase you will need to provide the supporting evidence requested prior to award. Prompt Payment of Suppliers Bidders should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 60 days Provision of accounts Bidders should submit the latest 2 years audited accounts as an appropriately referenced appendix. Turnover Test These accounts should show an average turnover of at least PS5,000,000 over the past 2 years accounts. Liquidity Test (Acid Test) (Current Assets - Stock) / Current Liabilities From the latest 2 years accounts, the average result of the Test should be 1.0 or greater e.g. Y1 - 1.3, Y2 - 1.6 equals an average of 1.45. Where a Bidders will be submitting unaudited accounts, the supplier must satisfy themselves that they qualify for an audit exemption in line with the latest regulation. The latest regulation is set by the government and can be found on www.gov.uk under \"audit exemptions\". If the supplier has any queries on this, please raise a question via the messaging tool as per the instructions in Section 1. Introduction - Questions and Contact Details."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must possess relevant experience, demonstrated by on-going and historical contract information. This experience should be more thoroughly evidenced in responses to MS1, however Bidders should provide outline information in response to this question. Bidders should ensure that nominated contacts from their references are prepared and ready to provide a reference in support of their bid. Bidders who are unable to demonstrate this will fail."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00Z",
                    "endDate": "2026-09-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-3746",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3746",
                "format": "application/pdf"
            },
            {
                "id": "A-3747",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3747",
                "format": "application/pdf"
            },
            {
                "id": "045888-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045888-2025",
                "datePublished": "2025-08-04T20:11:24+01:00",
                "format": "text/html"
            },
            {
                "id": "045889-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045889-2025",
                "datePublished": "2025-08-04T20:13:18+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}