Construction Contract Leads
London
Category Services
Type
No. of Lots 7
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e5f6 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | £46,100,000 |
London
Category Services
Type
No. of Lots 7
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e5f6 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | £46,100,000 |
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
https://www.delta-esourcing.com
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 Construction Professional Services Consultancy Framework
Reference number
BM.25.009
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
The British Museum is seeking to create a Framework for the provision of Professional Services Consultancy to its Estates and Capital Projects Department. The Framework will have seven lots covering the following disciplines:
1. Project Management
2. Quantity Surveying and Commercial Management
3. MEPhF Engineering
4. Architecture and Interior Design
5. Structural and Civil Engineering
6. Fire Safety Engineer
7. Surveying
The types of projects and related planning and design activity likely to be delivered under the Framework 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.
The Framework objectives are as follows:
1. Safeguard value for money in the appointment of consultancy services for (construction) projects.
2. Ensure projects are delivered in alignment with budgets via securing the appropriate skills and expertise.
3. Guarantee the services delivered by the supply chain via the Framework are in alignment with the British Museum’s specialist context.
4. Ensure services delivered via the Framework are of high quality and aligned with clearly defined duties.
5. Provide programme assurance in project delivery via the appointment of those with the appropriate skills and expertise.
II.1.5) Estimated total value
Value excluding VAT: £46,100,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Project Management
Lot No
1
II.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
- 79994000 - Contract administration 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
Project Management (core service)
Non-core services for the Lot:
a. Contract Administration
b. Lead Consultant
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £11,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/U3434K5BFD
II.2) Description
II.2.1) Title
Quantity Surveying and Commercial Management
Lot No
2
II.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 79994000 - Contract administration 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
Quantity Surveying & Commercial Management (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Contract Administration
c. Building Surveyor
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £3,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/H63C7EFG38
II.2) Description
II.2.1) Title
MEPhF Engineering
Lot No
3
II.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering 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
MEPhF Engineering (including fire protection, security, lighting, acoustics, lifts) (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Energy Consultant
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £6,900,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/UH79C3WXS2
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
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Architecture and Interior Design (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Contract Administration
h. Building Surveyor
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £11,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
It is expected that 10 candidates will be shortlisted unless there is an unresolved tie for tenth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/87BE46U388
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
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Structural and Civil Engineering (core service)
Non-core services for the Lot:
a. Lead Consultant
b. Lead Designer
c. CDM Designer
d. CDM Principal Designer
e. Building Regulations Designer (BRD)
f. Building Regulations Principal Designer (BRPD)
g. Contract Administration
h. Building Surveyor
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £6,900,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/96J4X9V4X3
II.2) Description
II.2.1) Title
Fire Safety Engineering
Lot No
6
II.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy 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
Support and advise the British Museum in meeting and /or improving its statutory responsibility linked to fire safety, as well as the museum's strategic objectives: protect life (life safety), protect the collection (property protection), and protect the estate (property protection).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £3,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/5FNZU6789W
II.2) Description
II.2.1) Title
Surveying
Lot No
7
II.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71355000 - Surveying 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
Surveying Services, including measured surveys of, but not limited to (expected RICS Survey Band range in brackets, latest edition to apply):
Building fabric, inclusive of Roof spaces / voids / confined spaces (B-E)
MEPhF Services (B-G)
Underground utilities (C-G)
Topographic (D-G)
Site demise / boundary surveys (D-G)
Area, GEA, GIA, NIA (E-G)
Volume data
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £2,300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
It is expected that 8 candidates will be shortlisted unless there is an unresolved tie for eighth place in which case more candidates may be chosen according to the method set out in the procurement documents.
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
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/QU25JFCZB8
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 December 2025
Local time
5:00pm
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
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926052804
GO Reference: GO-2025221-PRO-29523702
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
London
Country
United Kingdom