The British Museum: British Museum Design Competition Management

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

Notice Summary
Title: British Museum Design Competition Management
Notice type: Contract Notice
Authority: The British Museum
Nature of contract: Services
Procedure: Open
Short Description: The British Museum plans to embark in Spring 2024 on a procurement exercise that will lead to the appointment of a Design Team for the re-development of its Western Range as part of the Museum's Masterplan. The procurement approach will be in the form of a Restricted Procedure under the Public Contracts Regulations 2015. The evaluation methodology for the appointment of the Design Team has been developed, and approved by the Museum’s Masterplan Committee. We now seek to appoint a Procurement Consultant to manage the delivery of the Design Team appointment in accordance with the agreed methodology whose main responsibilities will be: • Administration of e-sourcing portal including all communications with participants. • Facilitation of in-person events • Management of all evaluation stages by chairing and providing secretariat services to panels. For the avoidance of doubt the Procurement Consultant will not score any elements of the Design Team selection themselves.
Published: 19/12/2023 16:07

View Full Notice

UK-London: Organisation of architectural design contests.
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:-Organisation-of-architectural-design-contests./C88B8C8W86
      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 Design Competition Management       
      Reference Number: BM.23.052
      II.1.2) Main CPV Code:
      71230000 - Organisation of architectural design contests.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The British Museum plans to embark in Spring 2024 on a procurement exercise that will lead to the appointment of a Design Team for the re-development of its Western Range as part of the Museum's Masterplan. The procurement approach will be in the form of a Restricted Procedure under the Public Contracts Regulations 2015. The evaluation methodology for the appointment of the Design Team has been developed, and approved by the Museum’s Masterplan Committee.
We now seek to appoint a Procurement Consultant to manage the delivery of the Design Team appointment in accordance with the agreed methodology whose main responsibilities will be:
• Administration of e-sourcing portal including all communications with participants.
• Facilitation of in-person events
• Management of all evaluation stages by chairing and providing secretariat services to panels.
For the avoidance of doubt the Procurement Consultant will not score any elements of the Design Team selection themselves.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000       
      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: As part of managing the Competition that will lead to the appointment of a Design Team the Procurement Consultant will be responsible for carrying out the following services and providing the deliverables listed below for each stage. For the avoidance of doubt the Procurement Consultant will at no point in the delivery of the Services be involved in the scoring of any elements of the submissions provided by the design teams taking part in the Competition. Their role is to administer and facilitate the scoring that will be performed by others as required at each stage of the Competition.

Pre-Competition and Stage 1
•If required refine Client’s final Competition documents including, Contract Notice, standard questionnaire (SQ), Stage 1 selection questions and draft invitation to tender (ITT) documents to ensure alignment with regulatory requirements in effect at time of launch.
•Refine and finalise the tender programme.
•Administer the publication of Competition documents via the Client’s e-sourcing portal, official launches and presentations in consultation with the Client’s communications team.
•Prepare and host via online website procurement and communications documentation.
•Act as point of contact for tenderers on all correspondence and queries liaising with relevant subject matter experts from the stakeholder groups where needed to ensure accurate, timely responses are provided via an actively maintained clarifications log.
•Manage relationships with tenderers on behalf of the Client.
•Manage evaluation of project specific elements of Stage 1 responses by Client team. Chair and provide all necessary secretariat services to shortlisting panel for evaluation and moderation sessions as required to arrive at final Stage 1 scores and establish shortlist in accordance with pre-determined published process.
•Prepare summary report on outcome of Stage 1 for review by Client stakeholders.
•Draft Stage 1 notification letters for review by Client team, legal advisors and administer distribution and relevant communications.

Stage 2 and Post-Competition
•Apply any necessary amendments to ITT document pack prior to issue to shortlisted tenderers.
•Publish ITT packs via Client’s portal.
•Manage all communications with tenderers as in Stage 1
•Arrange and facilitate any events, such as charettes, presentations or interviews that may be required.
•Chair supporting technical panels and provide all required secretariat services.
•Take receipt of Client’s Quantity Surveyor’s appraisal of fee proformas ITT entries, and alongside technical panel reviews, collate into a single document for the jury panel.
•Moderate and provide all required secretariat services for jury panel meetings (noting the consultant will not have a decision-making role on the panel)
•Develop and produce tender reports providing recommendations for appointment to relevant Client stakeholders.
•Draft standstill letters and manage interaction with Client legal advisors, administer distribution of these letters and, if required, subsequent relevant communications.
•Support execution of contract with successful Design Team.
•Support Client communication team as required with announcements relating to the appointment of the Design Team.
      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: 13       
      This contract is subject to renewal: No       
      Description of renewals: 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/C88B8C8W86       


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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 02/02/2024 Time: 17:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/02/2024
         Time: 17:00
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Organisation-of-architectural-design-contests./C88B8C8W86

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C88B8C8W86
   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: 19/12/2023

Annex A


View any Notice Addenda

View Award Notice