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 |
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 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
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