Awarded contract

Professional Services Consultants Framework (Construction)

  • The British Museum

F03: Contract award notice

Notice reference: 2021/S 000-011471

Published 24 May 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

The British Museum

Great Russell Street, Bloomsbury

London

WC1B 3DG

Email

procurement@britishmuseum.org

Telephone

+44 2073238264

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.britishmuseum.org

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

Email

dominic.wilson@arcadis.com

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

Email

chris.jones@curriebrown.com

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

Email

j.darbyshire@stace.co.uk

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

Email

mark.ward@turntown.co.uk

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

Email

paul.davis@aecom.com

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

Email

dominic.wilson@arcadis.com

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

Email

j.deans@gardiner.com

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

Email

j.darbyshire@stace.co.uk

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

Email

michael.enstone@aecom.com

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

Email

laura.smith@bdp.com

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

Email

adrianpeacock@hoarelea.com

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

Email

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

Email

fl@avantiarchitects.co.uk

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

Email

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

Email

alan@nex-architecture.com

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

Email

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

Email

Dave.j.brown@aecom.com

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

Email

fnyberg@alanbaxter.co.uk

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

Email

Malachy.mcnamara@bdp.com

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

Email

robert@civicengineers.com

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