Section one: Contracting authority
one.1) Name and addresses
The Trustees of the British Museum
The British Museum, Great Russell Street
London
WC1B 3DG
Telephone
+44 2073238000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.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
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 Construction Professional Services Consultancy Framework
Reference number
BM.25.009
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £46,100,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Project Management
Lot No
1
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Project Management (core service)
Non-core services for the Lot:
a. Contract Administration
b. Lead Consultant
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £11,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/U3434K5BFD
two.2) Description
two.2.1) Title
Quantity Surveying and Commercial Management
Lot No
2
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/H63C7EFG38
two.2) Description
two.2.1) Title
MEPhF Engineering
Lot No
3
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/UH79C3WXS2
two.2) Description
two.2.1) Title
Architecture and Interior Design
Lot No
4
two.2.2) Additional CPV code(s)
- 71221000 - Architectural services for buildings
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £11,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/87BE46U388
two.2) Description
two.2.1) Title
Structural and Civil Engineering
Lot No
5
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/96J4X9V4X3
two.2) Description
two.2.1) Title
Fire Safety Engineering
Lot No
6
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/5FNZU6789W
two.2) Description
two.2.1) Title
Surveying
Lot No
7
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71355000 - Surveying services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.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.
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
two.2.14) Additional information
Procurement documentation for this lot is available via the website: https://www.delta-esourcing.com/respond/QU25JFCZB8
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
Originally published as:
Date
30 December 2025
Local time
5:00pm
Changed to:
Date
24 March 2025
Local time
12:00pm
See the change notice.
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: 6 (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
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926052804
GO Reference: GO-2025221-PRO-29523702
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
London
Country
United Kingdom