The British Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Professional Services Consultants Framework (Construction) |
Notice type: | Contract Notice |
Authority: | The British Museum |
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). Estimated spend under the framework is £12.5million-£45million. |
Published: | 29/07/2020 10:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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.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 electronically via https://www.delta-esourcing.com/ 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: 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). Estimated spend under the framework is £12.5million-£45million.
II.1.5) Estimated total value:
Value excluding VAT: 45,000,000
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: Framework agreements may be awarded for any combination of lots
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
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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.
The SQ for this Lot 1 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./W5V34D2Z92
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: 5,500,000
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 number of candidates: 8
Objective criteria for choosing the limited number of candidates: as 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: To respond to this opportunity please go to: https://www.delta-esourcing.com/respond/W5V34D2Z92
II.2) Description Lot No. 2
II.2.1) Title: Quantity Surveying
Lot No: 2
II.2.2) Additional CPV codes:
71324000 - Quantity surveying services.
79994000 - Contract administration services.
71315300 - Building surveying services.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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.
The SQ for this Lot 2 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./WCCQAS3T8M
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 number of candidates: 8
Objective criteria for choosing the limited number of candidates: as 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: To respond to this opportunity please go to: https://www.delta-esourcing.com/respond/WCCQAS3T8M
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 codes:
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:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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.
The SQ for this Lot 3 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./D973XFBD9U
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: 12,500,000
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 number of candidates: 8
Objective criteria for choosing the limited number of candidates: as 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: To respond to this opportunity please go to: https://www.delta-esourcing.com/respond/D973XFBD9U
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.
79932000 - Interior design services.
71317210 - Health and safety consultancy services.
79994000 - Contract administration services.
71315300 - Building surveying services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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.
The SQ for this Lot 4 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./M6UV738G3Z
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: 15,500,000
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 number of candidates: 8
Objective criteria for choosing the limited number of candidates: as 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: To respond to this opportunity please go to: https://www.delta-esourcing.com/respond/M6UV738G3Z
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.
71315300 - Building surveying services.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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.
The SQ for this Lot 5 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./YDVE6VV243
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: 8,000,000
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 number of candidates: 8
Objective criteria for choosing the limited number of candidates: as 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: To respond to this opportunity please go to: https://www.delta-esourcing.com/respond/YDVE6VV243
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:
see procurement documents
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
see procurement documents
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: 20
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: 28/08/2020 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/10/2020
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Please note the Delta links for each Lot are shown below - please use these links to respond to the applicable Lot - please ignore the automatically included wording below i.e. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/W5V34D2Z92 as this only relates to Lot 1.
Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./W5V34D2Z92
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./WCCQAS3T8M
Lot 3 https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./D973XFBD9U
Lot 4 https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./M6UV738G3Z
Lot 5 https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./YDVE6VV243
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./W5V34D2Z92
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W5V34D2Z92
VI.4) Procedures for review
VI.4.1) Review body:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Email: procurement@britishmuseum.org
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Internet address: http://www.ciarb.org
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: 29/07/2020
Annex A