The British Museum: British Museum South West Energy Centre Mechanical and Electrical Engineer

  The British Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: British Museum South West Energy Centre Mechanical and Electrical Engineer
Notice type: Contract Notice
Authority: The British Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The British Museum is seeking to appoint a mechanical, electrical, public health and fire services engineering consultant (MEPHF engineer) to provide services for the delivery of the South-West Energy Centre (SWEC) project from RIBA Stage 3 onwards. The appointed consultant will also be required to act as Lead Consultant, Lead Designer, Principal Designer, Design Management and Lead Appointed Party.
Published: 31/08/2022 14:41
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Mechanical and electrical engineering 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 02073238000, 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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Mechanical-and-electrical-engineering-services./RU329R86S5
      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 South West Energy Centre Mechanical and Electrical Engineer       
      Reference Number: BM.22.053
      II.1.2) Main CPV Code:
      71334000 - Mechanical and electrical engineering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The British Museum is seeking to appoint a mechanical, electrical, public health and fire services engineering consultant (MEPHF engineer) to provide services for the delivery of the South-West Energy Centre (SWEC) project from RIBA Stage 3 onwards. The appointed consultant will also be required to act as Lead Consultant, Lead Designer, Principal Designer, Design Management and Lead Appointed Party.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,250,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The British Museum is unique in bringing together under one roof the cultures of the world, spanning continents and ocean. No other museum is responsible for collections of the same depth and breadth, beauty and significance. Its eight million objects allow us to explore the extraordinary diversity of human cultures, from small communities to vast empires, to discover the many forms and expressions human beings have given to every aspect of life, and to realise how closely they are connected.

While the Museum’s Bloomsbury estate is as well-known and loved as much as many of the great artefacts the building contains, the Museum’s engineering systems and infrastructure have been adapted and developed piecemeal over time to meet the evolving needs of the Museum. This has resulted in a highly complex and uncoordinated building services strategy across the estate, and in some areas the systems and infrastructure are outdated and at risk of failure. There is also limited resilience and flexibility and no common route for the major heating and power distribution.

The SWEC project is a major infrastructure project that is designed to improve energy supply and generation, rationalise services distribution, and provide resilience for the Bloomsbury estate. The project is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the Museum’s masterplan.

The appointed consultant will be required to provide the following services for RIBA Stage 3 onwards:
• Mechanical and electrical engineering
• Public health engineering
• Fire engineering
• Lift engineering
• Lighting engineering
• Energy management consulting
• Acoustics engineering
• Security systems engineering
• BREEAM assessment consulting
• Environmental modelling

In addition to the above, the appointed consultant will also be required to fulfil the following roles:
• Lead Consultant
• Lead Designer
• Principal Designer (as defined in CDM 2015)
• Design Management
• Lead Appointed Party (as defined in ISO 19650)

An estimated total value of £1,250,000 has been given at II.1.5 and II.2.6 in this notice. This is the mid-point of the range of £1,000,000 to £1,500,000 which is the project team's best estimate of the likely value of this contract based on the information currently available.
      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: 1,250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 16/01/2023 / End: 31/08/2028       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RU329R86S5       


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 - NO        
         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: 11/10/2022 Time: 12:00
      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: Not Provided      
      

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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Mechanical-and-electrical-engineering-services./RU329R86S5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RU329R86S5
   VI.4) Procedures for review
   VI.4.1) Review body:
             The British Museum
       Great Russell Street, 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 31/08/2022

Annex A


View any Notice Addenda

View Award Notice

UK-London: Mechanical and electrical engineering services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Trustees of the British Museum
       The British Museum, Great Russell Street, London, WC1B 3DG, United Kingdom
       Tel. +44 02073238000, 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: British Museum South West Energy Centre Mechanical and Electrical Engineer            
      Reference number: BM.22.053

      II.1.2) Main CPV code:
         71334000 - Mechanical and electrical engineering services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: PLEASE NOTE THIS NOTICE IS TO ANNOUNCE THE AWARD OF CONTRACT. THIS IS NOT A CURRENT CONTRACT OPPORTUNITY. The British Museum is seeking to appoint a mechanical, electrical, public health and fire services engineering consultant (MEPHF engineer) to provide services for the delivery of the South-West Energy Centre (SWEC) project from RIBA Stage 3 onwards. The appointed consultant will also be required to act as Lead Consultant, Lead Designer, Principal Designer, Design Management and Lead Appointed Party.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1,179,388 / Highest offer:2,018,880         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The British Museum is unique in bringing together under one roof the cultures of the world, spanning continents and ocean. No other museum is responsible for collections of the same depth and breadth, beauty and significance. Its eight million objects allow us to explore the extraordinary diversity of human cultures, from small communities to vast empires, to discover the many forms and expressions human beings have given to every aspect of life, and to realise how closely they are connected. While the Museum’s Bloomsbury estate is as well-known and loved as much as many of the great artefacts the building contains, the Museum’s engineering systems and infrastructure have been adapted and developed piecemeal over time to meet the evolving needs of the Museum. This has resulted in a highly complex and uncoordinated building services strategy across the estate, and in some areas the systems and infrastructure are outdated and at risk of failure. There is also limited resilience and flexibility and no common route for the major heating and power distribution. The SWEC project is a major infrastructure project that is designed to improve energy supply and generation, rationalise services distribution, and provide resilience for the Bloomsbury estate. The project is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the Museum’s masterplan. The appointed consultant will be required to provide the following services for RIBA Stage 3 onwards: • Mechanical and electrical engineering • Public health engineering • Fire engineering • Lift engineering • Lighting engineering • Energy management consulting • Acoustics engineering • Security systems engineering • BREEAM assessment consulting • Environmental modelling In addition to the above, the appointed consultant will also be required to fulfil the following roles: • Lead Consultant • Lead Designer • Principal Designer (as defined in CDM 2015) • Design Management • Lead Appointed Party (as defined in ISO 19650) An estimated total value of £1,250,000 has been given at II.1.5 and II.2.6 in this notice. This is the mid-point of the range of £1,000,000 to £1,500,000 which is the project team's best estimate of the likely value of this contract based on the information currently available.

      II.2.5) Award criteria:
       Not Provided

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RU329R86S5


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: No       
      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: 2022/S 000-024342
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: 5          
         Number of tenders received by electronic means: 5

      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
             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: 1,250,000          
         Lowest offer: 1,179,388 / Highest offer: 2,018,880
         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=810073529

   VI.4) Procedures for review

      VI.4.1) Review body
          The British Museum
          Great Russell Street, 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: 25/09/2023