External Users: British Museum Construction Professional Services Consultancy Framework

  External Users has published this notice through Delta eSourcing

Notice Summary
Title: British Museum Construction Professional Services Consultancy Framework
Notice type: Contract Notice
Authority: External Users
Nature of contract: Services
Procedure: Restricted
Short Description: The British Museum is seeking to create a Framework for the provision of Professional Services Consultancy to its Estates and Capital Projects Department. The Framework will have seven lots covering the following disciplines: 1. Project Management 2. Quantity Surveying and Commercial Management 3. MEPhF Engineering 4. Architecture and Interior Design 5. Structural and Civil Engineering 6. Fire Safety Engineer 7. Surveying The types of projects and related planning and design activity likely to be delivered under the Framework 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. The Framework objectives are as follows: 1. Safeguard value for money in the appointment of consultancy services for (construction) projects. 2. Ensure projects are delivered in alignment with budgets via securing the appropriate skills and expertise. 3. Guarantee the services delivered by the supply chain via the Framework are in alignment with the British Museum’s specialist context. 4. Ensure services delivered via the Framework are of high quality and aligned with clearly defined duties. 5. Provide programme assurance in project delivery via the appointment of those with the appropriate skills and expertise.
Published: 21/02/2025 08:39

View Full Notice

UK-London: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Trustees of the British Museum
             The British Museum, Great Russell Street, London, WC1B 3DG, United Kingdom
             Tel. +44 2073238000, Email: procurement@britishmuseum.org
             Main Address: 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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: British Museum Construction Professional Services Consultancy Framework       
      Reference Number: BM.25.009
      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 seeking to create a Framework for the provision of Professional Services Consultancy to its Estates and Capital Projects Department. The Framework will have seven lots covering the following disciplines:

1. Project Management
2. Quantity Surveying and Commercial Management
3. MEPhF Engineering
4. Architecture and Interior Design
5. Structural and Civil Engineering
6. Fire Safety Engineer
7. Surveying

The types of projects and related planning and design activity likely to be delivered under the Framework 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.

The Framework objectives are as follows:

1. Safeguard value for money in the appointment of consultancy services for (construction) projects.
2. Ensure projects are delivered in alignment with budgets via securing the appropriate skills and expertise.
3. Guarantee the services delivered by the supply chain via the Framework are in alignment with the British Museum’s specialist context.
4. Ensure services delivered via the Framework are of high quality and aligned with clearly defined duties.
5. Provide programme assurance in project delivery via the appointment of those with the appropriate skills and expertise.       
      II.1.5) Estimated total value:
      Value excluding VAT: 46,100,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Project Management       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Project Management (core service)
Non-core services for the Lot:
a. Contract Administration
b. Lead Consultant
      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: 11,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/U3434K5BFD       
II.2) Description Lot No. 2
      
      II.2.1) Title: Quantity Surveying and Commercial Management       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71324000 - Quantity surveying services.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Quantity Surveying & Commercial Management (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Contract Administration
c. Building Surveyor
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/H63C7EFG38       
II.2) Description Lot No. 3
      
      II.2.1) Title: MEPhF Engineering       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71334000 - Mechanical and electrical engineering services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: MEPhF Engineering (including fire protection, security, lighting, acoustics, lifts) (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Energy Consultant
      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: 6,900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/UH79C3WXS2       
II.2) Description Lot No. 4
      
      II.2.1) Title: Architecture and Interior Design       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71221000 - Architectural services for buildings.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Architecture and Interior Design (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Contract Administration
h. Building Surveyor
      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: 11,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
             
      Objective criteria for choosing the limited number of candidates: It is expected that 10 candidates will be shortlisted unless there is an unresolved tie for tenth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/87BE46U388       
II.2) Description Lot No. 5
      
      II.2.1) Title: Structural and Civil Engineering       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71312000 - Structural engineering consultancy services.
      71311000 - Civil engineering consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Structural and Civil Engineering (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Contract Administration
h. Building Surveyor
      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: 6,900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/96J4X9V4X3       
II.2) Description Lot No. 6
      
      II.2.1) Title: Fire Safety Engineering       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71317100 - Fire and explosion protection and control consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Support and advise the British Museum in meeting and /or improving its statutory responsibility linked to fire safety, as well as the museum's strategic objectives: protect life (life safety), protect the collection (property protection), and protect the estate (property protection).
      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: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/5FNZU6789W       
II.2) Description Lot No. 7
      
      II.2.1) Title: Surveying       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      71355000 - Surveying services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Surveying Services, including measured surveys of, but not limited to (expected RICS Survey Band range in brackets, latest edition to apply):
Building fabric, inclusive of Roof spaces / voids / confined spaces (B-E)
MEPhF Services (B-G)
Underground utilities (C-G)
Topographic (D-G)
Site demise / boundary surveys (D-G)
Area, GEA, GIA, NIA (E-G)
Volume data
      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: 2,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/QU25JFCZB8       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/12/2025 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926052804
   VI.4) Procedures for review
   VI.4.1) Review body:
             Public Procurement Review Service
       London, United Kingdom
       Email: publicprocurementreview@cabinetoffice.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Chartered Institute of Arbitrators
          London, 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/02/2025

Annex A


View any Notice Addenda

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       The Trustees of the British Museum
       The British Museum, Great Russell Street, London, WC1B 3DG, United Kingdom
       Tel. +44 2073238000, Email: procurement@britishmuseum.org
       Main Address: www.britishmuseum.org
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: British Museum Construction Professional Services Consultancy Framework      Reference number: BM.25.009      
   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 seeking to create a Framework for the provision of Professional Services Consultancy to its Estates and Capital Projects Department. The Framework will have seven lots covering the following disciplines:

1. Project Management
2. Quantity Surveying and Commercial Management
3. MEPhF Engineering
4. Architecture and Interior Design
5. Structural and Civil Engineering
6. Fire Safety Engineer
7. Surveying

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/03/2025

VI.6) Original notice reference:

   Notice Reference:    2025 - 747234   
   Notice number in OJ S:    2025/S 000 - 006559
   Date of dispatch of the original notice: 21/02/2025

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 30/12/2025         
         Local Time: 17:00          
         Read:
         Date: 24/03/2025         
         Local Time: 12:00                   
   
VII.2) Other additional information: This contract is suitable for SMEs
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=930124584

View Award Notice