Tender

British Museum Construction Professional Services Consultancy Framework

  • The Trustees of the British Museum

F02: Contract notice

Notice identifier: 2025/S 000-006559

Procurement identifier (OCID): ocds-h6vhtk-04e5f6

Published 21 February 2025, 10:05am



The closing date and time has been changed to:

24 March 2025, 12:00pm

See the change notice.

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

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

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Chartered Institute of Arbitrators

London

Country

United Kingdom