Professional Services Consultants Framework (Construction)

A Contract Award Notice
by THE BRITISH MUSEUM

Source
Find a Tender
Type
Framework (Services)
Duration
4 year (est.)
Value
£4M-£16M
Sector
CONSTRUCTION
Published
24 May 2021
Delivery
To 28 May 2025 (est.)
Deadline
n/a

Concepts

Location

London: LONDON,SOUTH EAST (ENGLAND)

Geochart for 1 buyers and 20 suppliers

Description

The British Museum is looking to update and replace an expired consultancy framework for the delivery of construction and renewal / refurbishment projects, as well as strategic and technical studies which are used by the Museum in decision making on the scope, scale and investment priorities for the estate. The need to re-establish a procurement route for these services has been used as an opportunity to review requirements and rationalise the former wide-ranging suite of six multi-lot frameworks into a single more streamlined framework based on the following 5 lots: 1.Lot 1 Project Management 2.Lot 2 Quantity Surveying 3.Lot 3 Mechanical, Electrical, Public Health and Fire Engineering 4.Lot 4 Architecture and Interior Design 5.Lot 5 Structural and Civil Engineering In addition to the services delivered in the five core Lots, there will be non-core and specialist duties (see individual Lot details below).

Lot Division

1 Project Management

Lot 1 Project Management will cover Full Project Management or External Project Management (both of which will incorporate Lead Consultant) as the core service, and also an option to provide Contract Administrator services. The types of projects and related planning and design activity required 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. Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework. Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise. Estimated spend under this Lot is £1.5 million to £5.5 million. The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.

Award Criteria
Quality 60
Price 40
2 Quantity Surveying

Lot 2 Quantity Surveying will cover Quantity Surveying as the core service and also an option to provide Contract Administrator services, Lead Consultant services (for projects where no Consultant Project Manager is appointed), Principal Designer services and specialist Building Surveying services. The types of projects and related planning and design activity required 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. Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework. Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise. Estimated spend under this Lot is £1 million to £3.5 million. The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.

Award Criteria
Quality 60
Price 40
3 Mechanical and Electrical, Public Health and Fire Engineering

Lot 3 Mechanical, Electrical, Public Health and Fire Engineering will cover Mechanical, Electrical, Public Health and Fire Engineering as the core service and also an option to provide Lead Consultant services (for projects where no Consultant Project Manager is appointed), Lead Designer, Principal Designer and some specialist services (Acoustics, Lift, Security and Energy consultancy). The types of projects and related planning and design activity required 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. Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework. Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise. Estimated spend under this Lot is £3.5 million to £12.5 million. The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.

Award Criteria
Quality 60
price 40
4 Architecture and Interior Design

Lot 4 Architecture and Interior Design will cover Architecture (including heritage / building conservation expertise) and Interior Design services as the core service and also an option to provide Lead Consultant services (for projects where no Consultant Project Manager is appointed), Lead Designer, Principal Designer and some specialist services (Access Consultancy and Building Surveying). The types of projects and related planning and design activity required 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. Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework. Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise. Estimated spend under this Lot is £4 million to £15.5 million. The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.

Award Criteria
Quality 60
price 40
5 Structural and Civil Engineering

Lot 5 Structural and Civil Engineering will cover structural and civil engineering services as the core service and also an option to provide Lead Designer, Principal Designer and some specialist Building Surveying services. The types of projects and related planning and design activity required 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. Over the period of the renewed framework (2021-2025) the Museum will be focusing efforts on investment in the existing building stock, so the number of projects will be weighted towards categories 1 to 4 above. However, as strategic planning advances and funding opportunities arise category 5 may progress during the period of the new framework. Suppliers must be willing and able to work across the full range of projects in terms of type and value to ensure the frameworks deliver value for money and provide a reliable and efficient source of expertise. Estimated spend under this Lot is £2.5million to £8million. The call-off methodology for the frameworks includes both direct award (using ranking) and mini-competition, and is described in ITT Annex 2B JCT Contract Amendments.

Award Criteria
Quality 60
price 40

Award Detail

1 Arcadis Consulting (London)
  • Project Management
  • Reference: 011471-2021-1
  • Value: £5,500,000
2 Currie & Brown (London)
  • Project Management
  • Reference: 011471-2021-2
  • Value: £5,500,000
3 Stace (Epping)
  • Project Management
  • Reference: 011471-2021-3
  • Value: £5,500,000
4 Turner & Townsend Project Management (Leeds)
  • Project Management
  • Reference: 011471-2021-4
  • Value: £5,500,000
5 AECOM (London)
  • Quantity Surveying
  • Reference: 011471-2021-5
  • Value: £3,500,000
6 Arcadis Consulting (London)
  • Quantity Surveying
  • Reference: 011471-2021-6
  • Value: £3,500,000
7 Gardiner & Theobald (London)
  • Quantity Surveying
  • Reference: 011471-2021-7
  • Value: £3,500,000
8 Stace (Epping)
  • Quantity Surveying
  • Reference: 011471-2021-8
  • Value: £3,500,000
9 AECOM (London)
  • Mechanical and Electrical, Public Health and Fire Engineering
  • Reference: 011471-2021-9
  • Value: £12,500,000
10 Building Design Partnership (Manchester)
  • Mechanical and Electrical, Public Health and Fire Engineering
  • Reference: 011471-2021-10
  • Value: £12,500,000
11 Hoare Lea (Bristol)
  • Mechanical and Electrical, Public Health and Fire Engineering
  • Reference: 011471-2021-11
  • Value: £12,500,000
12 Steensen Varming (London)
  • Mechanical and Electrical, Public Health and Fire Engineering
  • Reference: 011471-2021-12
  • Value: £12,500,000
13 Avanti Architects (London)
  • Architecture and Interior Design
  • Reference: 011471-2021-13
  • Value: £15,500,000
14 Dannatt Johnson Architects (London)
  • Architecture and Interior Design
  • Reference: 011471-2021-14
  • Value: £15,500,000
15 Nex Architecture (London)
  • Architecture and Interior Design
  • Reference: 011471-2021-15
  • Value: £15,500,000
16 Wright & Wright Architects (London)
  • Architecture and Interior Design
  • Reference: 011471-2021-16
  • Value: £15,500,000
17 AECOM (London)
  • Structural and Civil Engineering
  • Reference: 011471-2021-17
  • Value: £8,000,000
18 Alan Baxter (London)
  • Structural and Civil Engineering
  • Reference: 011471-2021-18
  • Value: £8,000,000
19 Building Design Partnership (Manchester)
  • Structural and Civil Engineering
  • Reference: 011471-2021-19
  • Value: £8,000,000
20 Civic Engineers (Manchester)
  • Structural and Civil Engineering
  • Reference: 011471-2021-20
  • Value: £8,000,000

CPV Codes

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71541000 - Construction project management services
  • 79994000 - Contract administration services
  • 71324000 - Quantity surveying services
  • 71315300 - Building surveying services
  • 71317210 - Health and safety consultancy services
  • 71334000 - Mechanical and electrical engineering services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 79710000 - Security services
  • 71314300 - Energy-efficiency consultancy services
  • 71221000 - Architectural services for buildings
  • 79932000 - Interior design services
  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=590801257 GO Reference: GO-2021524-PRO-18288454

Reference

Domains