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 02073238000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.britishmuseum.org/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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 South West Energy Centre Mechanical and Electrical Engineer
Reference number
BM.22.053
two.1.2) Main CPV code
- 71334000 - Mechanical and electrical engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
The British Museum is seeking to appoint a mechanical, electrical, public health and fire services engineering consultant (MEPHF engineer) to provide services for the delivery of the South-West Energy Centre (SWEC) project from RIBA Stage 3 onwards. The appointed consultant will also be required to act as Lead Consultant, Lead Designer, Principal Designer, Design Management and Lead Appointed Party.
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The British Museum is unique in bringing together under one roof the cultures of the world, spanning continents and ocean. No other museum is responsible for collections of the same depth and breadth, beauty and significance. Its eight million objects allow us to explore the extraordinary diversity of human cultures, from small communities to vast empires, to discover the many forms and expressions human beings have given to every aspect of life, and to realise how closely they are connected.
While the Museum’s Bloomsbury estate is as well-known and loved as much as many of the great artefacts the building contains, the Museum’s engineering systems and infrastructure have been adapted and developed piecemeal over time to meet the evolving needs of the Museum. This has resulted in a highly complex and uncoordinated building services strategy across the estate, and in some areas the systems and infrastructure are outdated and at risk of failure. There is also limited resilience and flexibility and no common route for the major heating and power distribution.
The SWEC project is a major infrastructure project that is designed to improve energy supply and generation, rationalise services distribution, and provide resilience for the Bloomsbury estate. The project is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the Museum’s masterplan.
The appointed consultant will be required to provide the following services for RIBA Stage 3 onwards:
• Mechanical and electrical engineering
• Public health engineering
• Fire engineering
• Lift engineering
• Lighting engineering
• Energy management consulting
• Acoustics engineering
• Security systems engineering
• BREEAM assessment consulting
• Environmental modelling
In addition to the above, the appointed consultant will also be required to fulfil the following roles:
• Lead Consultant
• Lead Designer
• Principal Designer (as defined in CDM 2015)
• Design Management
• Lead Appointed Party (as defined in ISO 19650)
An estimated total value of £1,250,000 has been given at II.1.5 and II.2.6 in this notice. This is the mid-point of the range of £1,000,000 to £1,500,000 which is the project team's best estimate of the likely value of this contract based on the information currently available.
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: £1,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 January 2023
End date
31 August 2028
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RU329R86S5
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RU329R86S5
GO Reference: GO-2022831-PRO-20880306
six.4) Procedures for review
six.4.1) Review body
The British Museum
Great Russell Street
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