External Users is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | British Museum SWEC Main Works Construction Contractor |
Notice type: | Contract Notice |
Authority: | External Users |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The British Museum is undertaking this procurement exercise to source a Contractor to undertake works as part of a major development at its Bloomsbury Estate in Holborn. The Energy Centre Programme (ECP) is a major infrastructure programme that is designed to improve energy supply and generation, rationalise primary services distribution, and provide improved resilience in the building services infrastructure that serves the British Museum’s Bloomsbury Estate. The programme is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the British Museum’s masterplan. |
Published: | 29/01/2024 15:49 |
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/tenders/UK-UK-London:-Construction-work./MBB96A2CZ2
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 SWEC Main Works Construction Contractor
Reference Number: BM.24.002
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The British Museum is undertaking this procurement exercise to source a Contractor to undertake works as part of a major development at its Bloomsbury Estate in Holborn. The Energy Centre Programme (ECP) is a major infrastructure programme that is designed to improve energy supply and generation, rationalise primary services distribution, and provide improved resilience in the building services infrastructure that serves the British Museum’s Bloomsbury Estate. The programme is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the British Museum’s masterplan.
II.1.5) Estimated total value:
Value excluding VAT: 33,000,000
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 scope of works the Contractor will undertake in the role of Principal Contractor is described below:
• The construction of a new energy centre in the South-West corner of the Bloomsbury site, known as the South-West Energy Centre (SWEC) to house primary mechanical and electrical plant with additional accommodation for back-of house support functions.
• The fit out of a newly constructed secondary plant building in the North-East corner of the Bloomsbury site known as the East Road Building (ERB) to house HV and LV substation B, associated LV distribution, emergency LV generation, primary sprinkler plant, and additional engineering support functions.
• The construction of new Incoming Sub Station (ISS) to be built in the SE corner of the Estate and alterations to existing Sub Stations.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 53
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: Not provided
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.2.2) 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: 01/03/2024 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:
Duration in month(s): 5
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:-Construction-work./MBB96A2CZ2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MBB96A2CZ2
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
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: 29/01/2024
Annex A