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
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
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