Section one: Contracting authority
one.1) Name and addresses
The British Museum
Great Russell Street, Bloomsbury
London
WC1B 3DG
Telephone
+44 2073238264
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main 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
Professional Services Consultants Framework (Construction)
Reference number
: BM.20.001
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 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).
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £45,000,000
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
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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) Description
two.2.1) Title
Quantity Surveying
Lot No
2
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 79994000 - Contract administration services
- 71315300 - Building surveying services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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) Description
two.2.1) Title
Mechanical and Electrical, Public Health and Fire Engineering
Lot No
3
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
- 71317210 - Health and safety consultancy services
- 71313200 - Sound insulation and room acoustics consultancy services
- 79710000 - Security services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Architecture and Interior Design
Lot No
4
two.2.2) Additional CPV code(s)
- 71221000 - Architectural services for buildings
- 79932000 - Interior design services
- 71317210 - Health and safety consultancy services
- 79994000 - Contract administration services
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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) 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
- 71315300 - Building surveying services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 148-364146
Section five. Award of contract
Lot No
1
Title
Project Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Arcadis Consulting (UK) Limited
Arcadis House, 34 York Way, Kings Cross
London
N1 9AB
Telephone
+44 7776162860
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02212959
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £5,500,000
Total value of the contract/lot: £5,500,000
Section five. Award of contract
Lot No
1
Title
Project Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Currie & Brown UK Limited
40 Holborn Viaduct
London
EC1N 2PB
Telephone
+44 7786628074
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01300409
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £5,500,000
Total value of the contract/lot: £5,500,000
Section five. Award of contract
Lot No
1
Title
Project Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Stace LLP
273 High Street
Epping
CM16 4DA
Telephone
+44 7976001079
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
OC312683
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £5,500,000
Total value of the contract/lot: £5,500,000
Section five. Award of contract
Lot No
1
Title
Project Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Turner and Townsend Project Management Limited
Low Hall, Calverley Lane, Horsforth
Leeds
LS18 4GH
Telephone
+44 2075444000
Country
United Kingdom
NUTS code
- UKE42 - Leeds
National registration number
02165592
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £5,500,000
Total value of the contract/lot: £5,500,000
Section five. Award of contract
Lot No
2
Title
Quantity Surveying
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AECOM Limited
Aldgate Tower, 2 Leman Street
London
E1 8FA
Telephone
+44 7966277749
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01846493
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,500,000
Total value of the contract/lot: £3,500,000
Section five. Award of contract
Lot No
2
Title
Quantity Surveying
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Arcadis Consulting (UK) Limited
Arcadis House, 34 York Way, Kings Cross
London
N1 9AB
Telephone
+4 7776162860
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02212959
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,500,000
Total value of the contract/lot: £3,500,000
Section five. Award of contract
Lot No
2
Title
Quantity Surveying
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gardiner & Theobald LLP
10 South Crescent
London
WC1E 7BD
Telephone
+44 2072091867
Country
United Kingdom
NUTS code
- UKI - London
National registration number
OC307124
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,500,000
Total value of the contract/lot: £3,500,000
Section five. Award of contract
Lot No
2
Title
Quantity Surveying
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Stace LLP
273 High Street
Epping
CM16 4DA
Telephone
+44 7976001079
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
OC312683
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,500,000
Total value of the contract/lot: £3,500,000
Section five. Award of contract
Lot No
3
Title
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AECOM Limited
Aldgate Tower, 2 Leman Street
London
E1 8FA
Telephone
+44 7823354652
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01846493
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section five. Award of contract
Lot No
3
Title
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Building Design Partnership Limited
PO Box 85, 11 Ducie Street, Piccadilly Basin
Manchester
M60 3JA
Telephone
+44 2078128388
Country
United Kingdom
NUTS code
- UKD33 - Manchester
National registration number
02207415
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section five. Award of contract
Lot No
3
Title
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hoare Lea LLP
155 Aztec West, Almondsbury
Bristol
BS32 4UB
Telephone
+44 20336687100
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number
OC407254
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section five. Award of contract
Lot No
3
Title
Mechanical and Electrical, Public Health and Fire Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Steensen Varming Ltd
4th Floor Noland House, 12-13 Poland Street, Soho
London
W1F 8QB
Tom.taylor@Steensenvarming.com
Telephone
+44 2077341255
Country
United Kingdom
NUTS code
- UKI - London
National registration number
08636280
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
4
Title
Architecture and Interior Design
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Avanti Architects Ltd
361-373 City Road
London
EC1V 1AS
Telephone
+44 2072783060
Country
United Kingdom
NUTS code
- UKI - London
National registration number
06502119
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £15,500,000
Total value of the contract/lot: £15,500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
4
Title
Architecture and Interior Design
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Dannatt Johnson Architects LLP
Unit 1 The Wireworks, 77 Great Suffolk Street
London
SE1 0BU
carl.cairns@djarchitects.co.uk
Telephone
+44 2073577100
Country
United Kingdom
NUTS code
- UKI - London
National registration number
OC345246
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £15,500,000
Total value of the contract/lot: £15,500,000
Section five. Award of contract
Lot No
4
Title
Architecture and Interior Design
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Nex Architecture Limited
90-93 Cowcross Street
London
EC1M 6BF
Telephone
+44 2071830900
Country
United Kingdom
NUTS code
- UKI - London
National registration number
06661296
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £15,500,000
Total value of the contract/lot: £15,500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
4
Title
Architecture and Interior Design
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wright & Wright Architects LLP
89-91 Bayham Street
London
NW1 0AG
c.wright@wrightandwright.co.uk
Telephone
+44 2074289393
Country
United Kingdom
NUTS code
- UKI - London
National registration number
OC341138
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £15,500,000
Total value of the contract/lot: £15,500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Lot No
5
Title
Structural and Civil Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AECOM Limited
Aldgate Tower, 2 Leman Street
London
E1 8FA
Telephone
+44 7769643220
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01846493
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,000,000
Total value of the contract/lot: £8,000,000
Section five. Award of contract
Lot No
5
Title
Structural and Civil Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Alan Baxter Ltd
75 Cowcross Street
London
EC1M 6EL
Telephone
+44 2072501555
Country
United Kingdom
NUTS code
- UKI - London
National registration number
06600598
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,000,000
Total value of the contract/lot: £8,000,000
Section five. Award of contract
Lot No
5
Title
Structural and Civil Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Building Design Partnership Limited
PO Box 85, 11 Ducie Street, Piccadilly Basin
Manchester
M60 3JA
Telephone
+44 2078128392
Country
United Kingdom
NUTS code
- UKD33 - Manchester
National registration number
02207415
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,000,000
Total value of the contract/lot: £8,000,000
Section five. Award of contract
Lot No
5
Title
Structural and Civil Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Civic Engineers Limited
Carvers Warehouse, 77 Dale Street
Manchester
M1 2HG
Telephone
+44 7941070010
Country
United Kingdom
NUTS code
- UKD33 - Manchester
National registration number
06824088
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,000,000
Total value of the contract/lot: £8,000,000
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=590801257
GO Reference: GO-2021524-PRO-18288454
six.4) Procedures for review
six.4.1) Review body
The British Museum
Great Russell Street, Bloomsbury
London
WC1B 3DG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square
London
WC1A 2LP
Country
United Kingdom