Tender

British Museum SWEC Main Works Construction Contractor

  • The Trustees of the British Museum

F02: Contract notice

Notice identifier: 2024/S 000-002958

Procurement identifier (OCID): ocds-h6vhtk-04357a

Published 29 January 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

The Trustees of the British Museum

The British Museum, Great Russell Street

London

WC1B 3DG

Email

procurement@britishmuseum.org

Telephone

+44 2073238000

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.britishmuseum.org

one.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:-Construction-work./MBB96A2CZ2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

British Museum SWEC Main Works Construction Contractor

Reference number

BM.24.002

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The British Museum is undertaking this procurement exercise to source a Contractor to undertake works as part of a major development at its Bloomsbury Estate in Holborn. The Energy Centre Programme (ECP) is a major infrastructure programme that is designed to improve energy supply and generation, rationalise primary services distribution, and provide improved resilience in the building services infrastructure that serves the British Museum’s Bloomsbury Estate. 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.

two.1.5) Estimated total value

Value excluding VAT: £33,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

LONDON

two.2.4) Description of the procurement

The scope of works the Contractor will undertake in the role of Principal Contractor is described below:

• The construction of 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.

• The fit out of a newly constructed secondary plant building in the North-East corner of the Bloomsbury site known as the East Road Building (ERB) to house HV and LV substation B, associated LV distribution, emergency LV generation, primary sprinkler plant, and additional engineering support functions.

• The construction of new Incoming Sub Station (ISS) to be built in the SE corner of the Estate and alterations to existing Sub Stations.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

53

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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:-Construction-work./MBB96A2CZ2" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./MBB96A2CZ2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/MBB96A2CZ2" target="_blank">https://www.delta-esourcing.com/respond/MBB96A2CZ2

GO Reference: GO-2024129-PRO-25058735

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Chartered Institute of Arbitrators

12 Bloomsbury Square

London

WC1A 2LP

Country

United Kingdom