91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 7

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e5f6
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£46,100,000
« Previous Page

London

Category Services

Type

No. of Lots 7

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e5f6
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted 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

Email

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 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:

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:

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:

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:

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:

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:

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:


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:

GO Reference: GO-2025221-PRO-29523702

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

London

Country

United Kingdom