External Users has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Professional Services Consultants Framework (Construction) |
Notice type: | Contract Award Notice |
Authority: | External Users |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The British Museum is looking to update and replace an expired consultancy framework for the delivery of construction and renewal / refurbishment projects, as well as strategic and technical studies which are used by the Museum in decision making on the scope, scale and investment priorities for the estate. The need to re-establish a procurement route for these services has been used as an opportunity to review requirements and rationalise the former wide-ranging suite of six multi-lot frameworks into a single more streamlined framework based on the following 5 lots: 1.Lot 1 Project Management 2.Lot 2 Quantity Surveying 3.Lot 3 Mechanical, Electrical, Public Health and Fire Engineering 4.Lot 4 Architecture and Interior Design 5.Lot 5 Structural and Civil Engineering In addition to the services delivered in the five core Lots, there will be non-core and specialist duties (see individual Lot details below). |
Published: | 24/05/2021 09:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The British Museum
Great Russell Street, Bloomsbury, London, WC1B 3DG, United Kingdom
Tel. +44 2073238264, Email: procurement@britishmuseum.org
Main Address: https://www.britishmuseum.org
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Professional Services Consultants Framework (Construction)
Reference number: : BM.20.001
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The British Museum is looking to update and replace an expired consultancy framework for the delivery of construction and renewal / refurbishment projects, as well as strategic and technical studies which are used by the Museum in decision making on the scope, scale and investment priorities for the estate. The need to re-establish a procurement route for these services has been used as an opportunity to review requirements and rationalise the former wide-ranging suite of six multi-lot frameworks into a single more streamlined framework based on the following 5 lots:
1.Lot 1 Project Management
2.Lot 2 Quantity Surveying
3.Lot 3 Mechanical, Electrical, Public Health and Fire Engineering
4.Lot 4 Architecture and Interior Design
5.Lot 5 Structural and Civil Engineering
In addition to the services delivered in the five core Lots, there will be non-core and specialist duties (see individual Lot details below).
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 45,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Project Management
Lot No:1
II.2.2) Additional CPV code(s):
71541000 - Construction project management services.
79994000 - Contract administration services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Lot 1 Project Management will cover Full Project Management or External Project Management (both of which will incorporate Lead Consultant) as the core service, and also an option to provide Contract Administrator services.
The types of projects and related planning and design activity required are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces:
1.Strategic / technical studies or reviews.
2.Light touch refreshments/renewals (painting, minor carpentry, etc., but no significant fabric interventions).
3.Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment.
4.Refurbishment / renewal / creation of spaces, sometimes in conjunction with refurbishment of wings).
5.Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces.
Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework.
Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise.
Estimated spend under this Lot is £1.5 million to £5.5 million.
The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Quantity Surveying
Lot No:2
II.2.2) Additional CPV code(s):
71324000 - Quantity surveying services.
79994000 - Contract administration services.
71315300 - Building surveying services.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Lot 2 Quantity Surveying will cover Quantity Surveying as the core service and also an option to provide Contract Administrator services, Lead Consultant services (for projects where no Consultant Project Manager is appointed), Principal Designer services and specialist Building Surveying services.
The types of projects and related planning and design activity required are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces:
1.Strategic / technical studies or reviews.
2.Light touch refreshments/renewals (painting, minor carpentry, etc., but no significant fabric interventions).
3.Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment.
4.Refurbishment / renewal / creation of spaces, sometimes in conjunction with refurbishment of wings).
5.Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces.
Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework.
Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise.
Estimated spend under this Lot is £1 million to £3.5 million.
The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Mechanical and Electrical, Public Health and Fire Engineering
Lot No:3
II.2.2) Additional CPV code(s):
71334000 - Mechanical and electrical engineering services.
71317210 - Health and safety consultancy services.
71313200 - Sound insulation and room acoustics consultancy services.
79710000 - Security services.
71314300 - Energy-efficiency consultancy services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Lot 3 Mechanical, Electrical, Public Health and Fire Engineering will cover Mechanical, Electrical, Public Health and Fire Engineering as the core service and also an option to provide Lead Consultant services (for projects where no Consultant Project Manager is appointed), Lead Designer, Principal Designer and some specialist services (Acoustics, Lift, Security and Energy consultancy).
The types of projects and related planning and design activity required are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces:
1.Strategic / technical studies or reviews.
2.Light touch refreshments/renewals (painting, minor carpentry, etc., but no significant fabric interventions).
3.Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment.
4.Refurbishment / renewal / creation of spaces, sometimes in conjunction with refurbishment of wings).
5.Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces.
Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework.
Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise.
Estimated spend under this Lot is £3.5 million to £12.5 million.
The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Architecture and Interior Design
Lot No:4
II.2.2) Additional CPV code(s):
71221000 - Architectural services for buildings.
79932000 - Interior design services.
71317210 - Health and safety consultancy services.
79994000 - Contract administration services.
71315300 - Building surveying services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Lot 4 Architecture and Interior Design will cover Architecture (including heritage / building conservation expertise) and Interior Design services as the core service and also an option to provide Lead Consultant services (for projects where no Consultant Project Manager is appointed), Lead Designer, Principal Designer and some specialist services (Access Consultancy and Building Surveying).
The types of projects and related planning and design activity required are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces:
1.Strategic / technical studies or reviews.
2.Light touch refreshments/renewals (painting, minor carpentry, etc., but no significant fabric interventions).
3.Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment.
4.Refurbishment / renewal / creation of spaces, sometimes in conjunction with refurbishment of wings).
5.Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces.
Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework.
Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise.
Estimated spend under this Lot is £4 million to £15.5 million.
The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Structural and Civil Engineering
Lot No:5
II.2.2) Additional CPV code(s):
71312000 - Structural engineering consultancy services.
71311000 - Civil engineering consultancy services.
71315300 - Building surveying services.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Lot 5 Structural and Civil Engineering will cover structural and civil engineering services as the core service and also an option to provide Lead Designer, Principal Designer and some specialist Building Surveying services.
The types of projects and related planning and design activity required are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces:
1.Strategic / technical studies or reviews.
2.Light touch refreshments/renewals (painting, minor carpentry, etc., but no significant fabric interventions).
3.Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment.
4.Refurbishment / renewal / creation of spaces, sometimes in conjunction with refurbishment of wings).
5.Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces.
Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework.
Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise.
Estimated spend under this Lot is £2.5million to £8million.
The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 148-364146
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Arcadis Consulting (UK) Limited, 02212959
Arcadis House, 34 York Way, Kings Cross, London, N1 9AB, United Kingdom
Tel. +44 7776162860, Email: dominic.wilson@arcadis.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Currie & Brown UK Limited, 01300409
40 Holborn Viaduct, London, EC1N 2PB, United Kingdom
Tel. +44 7786628074, Email: chris.jones@curriebrown.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 1
Title: Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Stace LLP, OC312683
273 High Street, Epping, CM16 4DA, United Kingdom
Tel. +44 7976001079, Email: j.darbyshire@stace.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 1
Title: Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Turner and Townsend Project Management Limited, 02165592
Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
Tel. +44 2075444000, Email: mark.ward@turntown.co.uk
NUTS Code: UKE42
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 2
Title: Quantity Surveying
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AECOM Limited, 01846493
Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
Tel. +44 7966277749, Email: paul.davis@aecom.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 2
Title: Quantity Surveying
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Arcadis Consulting (UK) Limited, 02212959
Arcadis House, 34 York Way, Kings Cross, London, N1 9AB, United Kingdom
Tel. +4 7776162860, Email: dominic.wilson@arcadis.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 2
Title: Quantity Surveying
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Gardiner & Theobald LLP, OC307124
10 South Crescent, London, WC1E 7BD, United Kingdom
Tel. +44 2072091867, Email: j.deans@gardiner.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 2
Title: Quantity Surveying
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Stace LLP, OC312683
273 High Street, Epping, CM16 4DA, United Kingdom
Tel. +44 7976001079, Email: j.darbyshire@stace.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,500,000
Total value of the contract/lot: 3,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 3
Title: Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AECOM Limited, 01846493
Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
Tel. +44 7823354652, Email: michael.enstone@aecom.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: Not Provided
Lot Number: 3
Title: Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Building Design Partnership Limited, 02207415
PO Box 85, 11 Ducie Street, Piccadilly Basin, Manchester, M60 3JA, United Kingdom
Tel. +44 2078128388, Email: laura.smith@bdp.com
NUTS Code: UKD33
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: Not Provided
Lot Number: 3
Title: Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hoare Lea LLP, OC407254
155 Aztec West, Almondsbury, Bristol, BS32 4UB, United Kingdom
Tel. +44 20336687100, Email: adrianpeacock@hoarelea.com
NUTS Code: UKK1
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: Not Provided
Lot Number: 3
Title: Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Steensen Varming Ltd, 08636280
4th Floor Noland House, 12-13 Poland Street, Soho, London, W1F 8QB, United Kingdom
Tel. +44 2077341255, Email: Tom.taylor@Steensenvarming.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,500,000
Total value of the contract/lot: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.13)
Contract No: Not Provided
Lot Number: 4
Title: Architecture and Interior Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Avanti Architects Ltd, 06502119
361-373 City Road, London, EC1V 1AS, United Kingdom
Tel. +44 2072783060, Email: fl@avantiarchitects.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15,500,000
Total value of the contract/lot: 15,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.14)
Contract No: Not Provided
Lot Number: 4
Title: Architecture and Interior Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Dannatt Johnson Architects LLP, OC345246
Unit 1 The Wireworks, 77 Great Suffolk Street, London, SE1 0BU, United Kingdom
Tel. +44 2073577100, Email: carl.cairns@djarchitects.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15,500,000
Total value of the contract/lot: 15,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.15)
Contract No: Not Provided
Lot Number: 4
Title: Architecture and Interior Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Nex Architecture Limited, 06661296
90-93 Cowcross Street, London, EC1M 6BF, United Kingdom
Tel. +44 2071830900, Email: alan@nex-architecture.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15,500,000
Total value of the contract/lot: 15,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.16)
Contract No: Not Provided
Lot Number: 4
Title: Architecture and Interior Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wright & Wright Architects LLP, OC341138
89-91 Bayham Street, London, NW1 0AG, United Kingdom
Tel. +44 2074289393, Email: c.wright@wrightandwright.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15,500,000
Total value of the contract/lot: 15,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.17)
Contract No: Not Provided
Lot Number: 5
Title: Structural and Civil Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AECOM Limited, 01846493
Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
Tel. +44 7769643220, Email: Dave.j.brown@aecom.com
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,000,000
Total value of the contract/lot: 8,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.18)
Contract No: Not Provided
Lot Number: 5
Title: Structural and Civil Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Alan Baxter Ltd, 06600598
75 Cowcross Street, London, EC1M 6EL, United Kingdom
Tel. +44 2072501555, Email: fnyberg@alanbaxter.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,000,000
Total value of the contract/lot: 8,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.19)
Contract No: Not Provided
Lot Number: 5
Title: Structural and Civil Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Building Design Partnership Limited, 02207415
PO Box 85, 11 Ducie Street, Piccadilly Basin, Manchester, M60 3JA, United Kingdom
Tel. +44 2078128392, Email: Malachy.mcnamara@bdp.com
NUTS Code: UKD33
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,000,000
Total value of the contract/lot: 8,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.20)
Contract No: Not Provided
Lot Number: 5
Title: Structural and Civil Engineering
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2021
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Civic Engineers Limited, 06824088
Carvers Warehouse, 77 Dale Street, Manchester, M1 2HG, United Kingdom
Tel. +44 7941070010, Email: robert@civicengineers.com
NUTS Code: UKD33
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 8,000,000
Total value of the contract/lot: 8,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=590801257
VI.4) Procedures for review
VI.4.1) Review body
The British Museum
Great Russell Street, Bloomsbury, London, WC1B 3DG, United Kingdom
VI.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 24/05/2021