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). Estimated spend under the framework is GBP 12.5 million-GBP 45 million.
II.1.5)Estimated total valueValue excluding VAT: 45 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Framework agreements may be awarded for any combination of lots.
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)
Main site or place of performance:
LONDON, SOUTH EAST (ENGLAND).
II.2.4)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 1.5 million to GBP 5.5 million.
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.
The SQ for this Lot 1 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./W5V34D2Z92
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 5 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
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)71324000 Quantity surveying services
79994000 Contract administration 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)
Main site or place of performance:
LONDON,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 million to GBP 3.5 million.
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.
The SQ for this lot 2 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./WCCQAS3T8M
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
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)71334000 Mechanical and electrical engineering services
71317210 Health and safety consultancy services
71313200 Sound insulation and room acoustics consultancy services
79710000 Security services
71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON, 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 3.5 million to GBP 12.5 million.
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.
The SQ for this lot 3 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./D973XFBD9U
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
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
79932000 Interior design services
71317210 Health and safety consultancy services
79994000 Contract administration services
71315300 Building surveying services
II.2.3)Place of performanceNUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON, 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 million to GBP 15.5 million.
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.
The SQ for this lot 4 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./M6UV738G3Z
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
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)71312000 Structural engineering consultancy services
71311000 Civil 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)
Main site or place of performance:
LONDON, 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 2.5 million to GBP 8 million.
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.
The SQ for this Lot 5 is available here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./YDVE6VV243
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 8 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
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