Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-04262f |
Common Procurement Vocabulary | Engineering works and construction works |
Procurement Method | Restricted procedure |
Value | £40,000,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-04262f |
Common Procurement Vocabulary | Engineering works and construction works |
Procurement Method | Restricted procedure |
Value | £40,000,000 |
Section I: Contracting authority
I.1) Name and addresses
The Trustees of the British Museum
The British Museum, Great Russell Street
London
WC1B 3DG
procurement [at] britishmuseum.org
Telephone
+44 2073238000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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 M&E Contractor
Reference number
BM.23.094
II.1.2) Main CPV code
- 45220000 - Engineering works and construction works
II.1.3) Type of contract
Works
II.1.4) Short description
The British Museum is undertaking a major development at its Bloomsbury Estate. The Energy Centre Programme is designed to improve energy supply and generation, rationalise primary services distribution, and provide improved resilience in the building services infrastructure that serves the Museum’s main site. 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.
The M&E Contractor will undertake the role of Principal Contractor to provide all M&E services within the new South West Energy Centre, within the new East Road Building, within existing and new substations and all associated services infrastructure. The scope also includes elements of civils and builders work including trenching for new and relocated services and threading services through the existed listed building fabric.
II.1.5) Estimated total value
Value excluding VAT: £40,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
The scope of these Works includes:
1. The installation of primary mechanical & electrical equipment within 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. Note that the base build construction of the energy centre will be procured separately.
2. The installation of primary mechanical & electrical equipment within a secondary plant building in the North-East corner of the Bloomsbury site known as the East Road Building (ERB) to house High Voltage (HV) and Low Voltage (LV) substation B, associated LV distribution, emergency LV generation, primary sprinkler plant, and additional engineering support functions. Note that the base build construction of the energy centre will be procured separately.
3. The alteration of existing building services infrastructure and the installation of new building services to deliver the agreed services strategy across the estate. Inclusive of, but not limited to a Primary low temperature hot water (LTHW) plant rooms and distribution. b. Primary chilled water plant to the West and South-West of the Bloomsbury Estate. c. HV and LV substations and distribution. d. A new relocated intake substation (ISS) in the South-East of the Bloomsbury Estate. e. LV emergency power generation and distribution to the Bloomsbury Estate. f. Primary sprinkler plant and water storage. g. Decommissioning and demolition of obsolete building services infrastructure.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
40
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted: No
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/X3Q76FZ8NA
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 January 2024
Local time
12:00pm
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 months: 4 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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:-Engineering-works-and-construction-works./X3Q76FZ8NA" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Engineering-works-and-construction-works./X3Q76FZ8NA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X3Q76FZ8NA" target="_blank">https://www.delta-esourcing.com/respond/X3Q76FZ8NA
GO Reference: GO-20231215-PRO-24786921
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square
London
WC1A 2LP
Country
United Kingdom