Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: The British Museum
Postal address: The British Museum, Great Russell Street
Town: London
NUTS code:
UKI LondonPostal code: WC1B 3DG
Country: United Kingdom
E-mail:
procurement@britishmuseum.orgTelephone: +44 2073238264
Internet address(es): Main address:
https://www.britishmuseum.org I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityRecreation, 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 code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
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).
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 45 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)71541000 Construction project management services
79994000 Contract administration services
II.2.3)Place of performanceNUTS code: UKI London
NUTS code: UKJ South East (England)
II.2.4)Description of the procurement:
Description of the 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 GBP 1 500 000 to GBP 5 500 000.
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.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)71315300 Building surveying services
71324000 Quantity surveying services
79994000 Contract administration services
71317210 Health and safety consultancy services
II.2.3)Place of performanceNUTS code: UKI London
NUTS code: UKJ South East (England)
II.2.4)Description of the 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 GBP 1 000 000 to GBP 3 500 000.
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.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Mechanical and Electrical, Public Health and Fire Engineering
Lot No: 3
II.2.2)Additional CPV code(s)71313200 Sound insulation and room acoustics consultancy services
71317210 Health and safety consultancy services
71334000 Mechanical and electrical engineering services
79710000 Security services
71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKI London
NUTS code: UKJ South East (England)
II.2.4)Description of the 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 GBP 3 500 000 to GBP 12 500 000.
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.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Architecture and Interior Design
Lot No: 4
II.2.2)Additional CPV code(s)71221000 Architectural services for buildings
71317210 Health and safety consultancy services
79932000 Interior design services
79994000 Contract administration services
71315300 Building surveying services
II.2.3)Place of performanceNUTS code: UKI London
NUTS code: UKJ South East (England)
II.2.4)Description of the 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 GBP 4 000 000 to GBP 15 500 000.
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.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Structural and Civil Engineering
Lot No: 5
II.2.2)Additional CPV code(s)71311000 Civil engineering consultancy services
71312000 Structural engineering consultancy services
71315300 Building surveying services
71317210 Health and safety consultancy services
II.2.3)Place of performanceNUTS code: UKI London
NUTS code: UKJ South East (England)
II.2.4)Description of the 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 GBP 2 500 000 to GBP 8 000 000.
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.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
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 IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 10
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Arcadis Consulting (UK) Ltd
National registration number: 02212959
Postal address: Arcadis House, 34 York Way, Kings Cross
Town: London
NUTS code: UKI London
Postal code: N1 9AB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 5 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 10
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
National registration number: 01300409
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UKI London
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 5 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 10
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Stace LLP
National registration number: OC312683
Postal address: 273 High Street
Town: Epping
NUTS code: UKH3 Essex
Postal code: CM16 4DA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 5 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 10
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Turner and Townsend Project Management Ltd
National registration number: 02165592
Postal address: Low Hall, Calverley Lane, Horsforth
Town: Leeds
NUTS code: UKE42 Leeds
Postal code: LS18 4GH
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 5 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: AECOM Ltd
National registration number: 01846493
Postal address: Aldgate Tower, 2 Leman Street
Town: London
NUTS code: UKI London
Postal code: E1 8FA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 3 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Arcadis Consulting (UK) Ltd
National registration number: 02212959
Postal address: Arcadis House, 34 York Way, Kings Cross
Town: London
NUTS code: UKI London
Postal code: N1 9AB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 3 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Gardiner and Theobald LLP
National registration number: OC307124
Postal address: 10 South Crescent
Town: London
NUTS code: UKI London
Postal code: WC1E 7BD
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 3 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Stace LLP
National registration number: OC312683
Postal address: 273 High Street
Town: Epping
NUTS code: UKH3 Essex
Postal code: CM16 4DA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 3 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: AECOM Ltd
National registration number: 01846493
Postal address: Aldgate Tower, 2 Leman Street
Town: London
NUTS code: UKI London
Postal code: E1 8FA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 12 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Building Design Partnership Ltd
National registration number: 02207415
Postal address: PO Box 85, 11 Ducie Street, Piccadilly Basin
Town: Manchester
NUTS code: UKD33 Manchester
Postal code: M60 3JA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 12 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Hoare Lea LLP
National registration number: OC407254
Postal address: 155 Aztec West, Almondsbury
Town: Bristol
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol / Bath area
Postal code: BS32 4UB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 12 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Steensen Varming Ltd
National registration number: 08636280
Postal address: 4th Floor Noland House, 12-13 Poland Street, Soho
Town: London
NUTS code: UKI London
Postal code: W1F 8QB
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 12 500 000.00 GBP
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Section V: Award of contract
Title:
Architecture and Interior Design
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Avanti Architects Ltd
National registration number: 06502119
Postal address: 361-373 City Road
Town: London
NUTS code: UKI London
Postal code: EC1V 1AS
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 15 500 000.00 GBP
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Section V: Award of contract
Title:
Architecture and Interior Design
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Dannatt Johnson Architects LLP
National registration number: OC345246
Postal address: Unit 1 The Wireworks, 77 Great Suffolk Street
Town: London
NUTS code: UKI London
Postal code: SE1 0BU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 15 500 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Architecture and Interior Design
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Nex Architecture Ltd
National registration number: 06661296
Postal address: 90-93 Cowcross Street
Town: London
NUTS code: UKI London
Postal code: EC1M 6BF
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 15 500 000.00 GBP
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Section V: Award of contract
Title:
Architecture and Interior Design
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Wright & Wright Architects LLP
National registration number: OC341138
Postal address: 89-91 Bayham Street
Town: London
NUTS code: UKI London
Postal code: NW1 0AG
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 15 500 000.00 GBP
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Section V: Award of contract
Title:
Structural and Civil Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: AECOM Ltd
National registration number: 01846493
Postal address: Aldgate Tower, 2 Leman Street
Town: London
NUTS code: UKI London
Postal code: E1 8FA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 8 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Structural and Civil Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Alan Baxter Ltd
National registration number: 06600598
Postal address: 75 Cowcross Street
Town: London
NUTS code: UKI London
Postal code: EC1M 6EL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 8 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Structural and Civil Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Building Design Partnership Ltd
National registration number: 02207415
Postal address: PO Box 85, 11 Ducie Street, Piccadilly Basin
Town: Manchester
NUTS code: UKD33 Manchester
Postal code: M60 3JA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 8 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Structural and Civil Engineering
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:14/05/2021
V.2.2)Information about tendersNumber of tenders received: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Civic Engineers Ltd
National registration number: 06824088
Postal address: Carvers Warehouse, 77 Dale Street
Town: Manchester
NUTS code: UKD33 Manchester
Postal code: M1 2HG
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 8 000 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The British Museum
Postal address: Great Russell Street
Town: London
Postal code: WC1B 3DG
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: Chartered Institute of Arbitrators
Postal address: 12 Bloomsbury Square
Town: London
Postal code: WC1A 2LP
Country: United Kingdom
VI.5)Date of dispatch of this notice:24/05/2021