The British Museum: Structural and Civil Engineer

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

Notice Summary
Title: Structural and Civil Engineer
Notice type: Contract Notice
Authority: The British Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The contract is for a framework agreement to cover the provision of design services for Structural and Civil Engineer in connection with projects commissioned by The British Museum.
Published: 15/01/2015 14:30
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

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

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
      Contact: Procurement, Attn: Steven Davies

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Recreation, culture and religion

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Structural and Civil Engineer
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKI1 - Inner London         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 300,000 and 600,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Architectural, construction, engineering and inspection services. Engineering services. Civil engineering consultancy services. Structural engineering consultancy services. The contract is for a framework agreement to cover the provision of design services for Structural and Civil Engineer in connection with projects commissioned by The British Museum.
         
      II.1.6)Common Procurement Vocabulary:
         71000000 - Architectural, construction, engineering and inspection services.
         
         71300000 - Engineering services.
         
         71311000 - Civil engineering consultancy services.
         
         71312000 - Structural engineering consultancy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Provision of a framework agreement to supply consultancy services for the design of structural and civil engineering.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A performance bond and/or parent company guarantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         The justification and criteria for shortlisting economic operators to be invited to tender is available in the Pre-Qualification Questionnaire.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: BM/15/003      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 06/02/2015
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 17/02/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 16/03/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender.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 and the contract will be awarded on the basis of the most economically advantageous tender. Pre-qualification questionnaires (PQQs) are to be completed with two hard copies and one copy returned on CD or memory stick by the deadline stated in IV.3.4. Please email sdavies@thebritishmuseum.ac.uk for the PQQ. Failure to complete and return a PQQ will disqualify an economic operator. Economic operators should note that the British Museum reserves the right to cancel this procurement at any stage. There is no obligation for the British Museum to place contracts under the framework agreement. Economic operators are liable for all their costs of tendering and any other costs associated with participating in this procurement.
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./ZC5JWV4MZS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZC5JWV4MZS
GO-2015115-PRO-6292020 TKR-2015115-PRO-6292019
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238000, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/

      Body responsible for mediation procedures:
               Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 2074217444, URL: http://www.ciarb.org/

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/

   VI.5) Date Of Dispatch Of This Notice: 15/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

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

Section I: Contracting Authority
   Title: UK-London: Architectural, construction, engineering and inspection services.
   I.1)Name, Addresses and Contact Point(s):
      The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
      Contact: Procurement, Attn: Steven Davies

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Recreation, culture and religion

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Structural and Civil Engineer      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKI1 - Inner London         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Architectural, construction, engineering and inspection services. Engineering services. Civil engineering consultancy services. Structural engineering consultancy services. The contract award is for a framework agreement to cover the provision of design services for Structural and Civil Engineer in connection with projects commissioned by The British Museum.
      II.1.5)Common procurement vocabulary:
         71000000 - Architectural, construction, engineering and inspection services.
         71300000 - Engineering services.
         71311000 - Civil engineering consultancy services.
         71312000 - Structural engineering consultancy services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 600,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Price - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: BM/15/003         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 13 - 19257 of 20/01/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: BM/15/003

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Alan Baxter Limited
         Postal address: 75 Cowcross Street
         Town: London
         Postal code: EC1M 6EL
         Country: United Kingdom
         Email: asewell@alanbaxter.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Building Design Partnership Limited
         Postal address: 16 Brewhouse Yard
         Town: London
         Postal code: EC1V 4LJ
         Country: United Kingdom
         Email: rachel.thomas@bdp.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Buro Happold Limited
         Postal address: 17 Newman Street
         Town: London
         Postal code: W1T 1PD
         Country: United Kingdom
         Email: ruth.hewitt@burohappold.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Alan Conisbee and Associates
         Postal address: 1-5 Offord Street
         Town: London
         Postal code: N1 1DH
         Country: United Kingdom
         Email: tom.beavan@conisbee.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   5: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Curtins Consulting Limited
         Postal address: 40 Compton Street
         Town: London
         Postal code: EC1V 0BD
         Country: United Kingdom
         Email: dan.evans@curtins.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   6: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Integral Engineering Design Limited
         Postal address: Toll Bridge Road
         Town: Bath
         Postal code: BA1 7DE
         Country: United Kingdom
         Email: da@integral-engineering.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   7: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Ramboll UK Limited
         Postal address: 240 Blackfriars Road
         Town: London
         Postal code: SE1 8NW
         Country: United Kingdom
         Email: chris.mills@ramboll.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 600,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=173900029
GO-20151217-PRO-7470417 TKR-20151217-PRO-7470416   
   VI.3.1)Body responsible for appeal procedures:
      The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238000, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/

      Body responsible for mediation procedures:
         Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 2074217444, URL: http://www.ciarb.org/
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      The British Museum
      Great Russell Street, London, WC1B 3DG, United Kingdom
      Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
   
   VI.4)Date Of Dispatch Of This Notice: 17/12/2015