Construction Tenders

Mon May 20 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 8th May 2024

Tender Details
Referenceocds-h6vhtk-0457f9
Common Procurement VocabularyArchitectural and related services
Procurement MethodRestricted procedure
Value£22,000,000
More Tenders »

London

Category Services

Type

No. of Lots 1

Status Active

Published 8th May 2024

Tender Details
Referenceocds-h6vhtk-0457f9
Common Procurement VocabularyArchitectural and related services
Procurement MethodRestricted procedure
Value£22,000,000

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:-Architectural-and-related-services./KER27J362P

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 Western Range Competition to find an Architect-Led Design Team

Reference number

BM.24.028

II.1.2) Main CPV code

  • 71200000 - Architectural and related services

II.1.3) Type of contract

Services

II.1.4) Short description

The British Museum is delighted to launch this international competition to choose a visionary, architect-led design team to work with the Museum to develop an extraordinary design for a significant part of its Bloomsbury site: The Western Range.

This is an important commission to re-envisage and transform key parts of the main, iconic site in Bloomsbury. This will be the Museum’s biggest building project since the 1820s, when work commenced on the original quadrangle.

The ambition is significant: to restore the Western Range and, in so doing, reimagine a third of the existing gallery area, deliver improved collections storage and create new amenities to enhance the visitor experience, making the collection as accessible as possible to all the Museum’s audiences.

II.1.5) Estimated total value

Value excluding VAT: £22,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 92521100 - Museum-exhibition services

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

II.2.4) Description of the procurement

SCOPE OF SERVICES

The primary aim of this project is to enhance the visitor experience and offer the Museum a series of renewed gallery and collection storage spaces that allow the extraordinary permanent collections to be cared for, researched and displayed for modern audiences. Importantly the Museum is also looking to resolve the current problems it is facing of an over-complex and constricted site with a dilapidating building stock that is poorly suited to its requirements. The complexity of the site and the scope of work requires the appointed design team to include many different skills, possibly from different organisations. There are three key strands to the work:

BUILDING DESIGN

The new Western Range will include gallery spaces, visitor welfare and circulation facilities, collection stores and research spaces. Each element will need to be sensitively designed within an architecture that respects the existing, while introducing powerful new interventions. The winning team will need to satisfy a range of stakeholders and secure listed building consents, expressed functionality, required adjacencies, ambitious sustainability criteria, and day-to-day requirements for maintenance and maintainability.

VISITOR EXPERIENCE

The interior layout and design of the visitor experience and amenities will play an important role in the success of this project, including arrival, circulation and way-finding routes. The winning team will understand how to create inviting vistas across the site, making best use of natural light, the juxtaposition of internal volumes and passive ventilation to enhance visitors’ enjoyment of the new museum experience. Accessibility and comfort for all is a given and consideration of seating and rest areas will need to be incorporated at the earliest stage of the design.

GALLERY EXHIBITION DESIGN

Given the long-term phasing of this project, the Museum is proposing three gallery exhibition packages for the permanent galleries in the new Western Range: only the first of these is an integral part of this competition brief. The gallery displays that will be included within this first package are dependent on the overall approach to phasing of the project and will therefore be determined, with the successful team, following the completion of RIBA Stage 2 design. Please note that the new galleries may well house different collections, as the Museum’s site-wide redisplay strategy is developed.

This means that the winning team will need to include gallery exhibition designers with evidenced understanding of museology who can work alongside the Museum’s own curatorial and content teams and deliver gallery spaces that astound the world within the first phase of work. As well as delivering the designs for the first phase of galleries, the winning team must be able to create a building design that allows future design teams to insert new galleries into latter phases of the project, allowing for varied creative voices to be involved in the long-term design of the project, ensuring an end-design that is vibrant, integrated and bespoke for each gallery.

The estimated total value of the contract stated in this Contract Notice is derived from an order of magnitude assessment of the construction value of the Western Range programme based on project work to date and must be treated as indicative only. The duration dates for the overall programme are also indicative only and are subject to change.

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

132

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/KER27J362P


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

21 June 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: 6 (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

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:-Architectural-and-related-services./KER27J362P

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/KER27J362P

GO Reference: GO-202458-PRO-25985050

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