Construction Tenders

Tue May 21 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 15th Dec 2023

Tender Details
Referenceocds-h6vhtk-04262f
Common Procurement VocabularyEngineering works and construction works
Procurement MethodRestricted procedure
Value£40,000,000
More Tenders »

London

Category Works

Type

No. of Lots 1

Status Active

Published 15th Dec 2023

Tender Details
Referenceocds-h6vhtk-04262f
Common Procurement VocabularyEngineering works and construction works
Procurement MethodRestricted 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

Email

procurement [at] britishmuseum.org

Telephone

+44 2073238000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.britishmuseum.org

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:-Engineering-works-and-construction-works./X3Q76FZ8NA

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

Email

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