Contract

British Museum Western Range Competition to find an Architect-Led Design Team

  • The Trustees of the British Museum

F03: Contract award notice

Notice identifier: 2025/S 000-064130

Procurement identifier (OCID): ocds-h6vhtk-0457f9 (view related notices)

Published 10 October 2025, 12:05pm



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.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 Western Range Competition to find an Architect-Led Design Team

Reference number

BM.24.028

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Please note this is a Contract Award Notice to announce the conclusion of the procurement it is not a new opportunity.

The British Museum is delighted to launch this international competition to choose a visionary, architect-led design team to work with the Museum to develop an extraordinary design for a significant part of its Bloomsbury site: The Western Range.

This is an important commission to re-envisage and transform key parts of the main, iconic site in Bloomsbury. This will be the Museum’s biggest building project since the 1820s, when work commenced on the original quadrangle.

The ambition is significant: to restore the Western Range and, in so doing, reimagine a third of the existing gallery area, deliver improved collections storage and create new amenities to enhance the visitor experience, making the collection as accessible as possible to all the Museum’s audiences.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £28,286,352 / Highest offer: £47,477,472 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 92521100 - Museum-exhibition 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

Please note this is a Contract Award Notice to announce the conclusion of the procurement it is not a new opportunity.

SCOPE OF SERVICES

The primary aim of this project is to enhance the visitor experience and offer the Museum a series of renewed gallery and collection storage spaces that allow the extraordinary permanent collections to be cared for, researched and displayed for modern audiences. Importantly the Museum is also looking to resolve the current problems it is facing of an overcomplex and constricted site with a dilapidating building stock that is poorly suited to its requirements. The complexity of the site and the scope of work requires the appointed design team to include many different skills, possibly from different organisations. There are three key strands to the work:

BUILDING DESIGN

The new Western Range will include gallery spaces, visitor welfare and circulation facilities, collection stores and research spaces. Each element will need to be sensitively designed within an architecture that respects the existing, while introducing powerful new interventions. The winning team will need to satisfy a range of stakeholders and secure listed building consents, expressed functionality, required adjacencies, ambitious sustainability criteria, and day-to-day requirements for maintenance and maintainability.

VISITOR EXPERIENCE

The interior layout and design of the visitor experience and amenities will play an important role in the success of this project, including arrival, circulation and way-finding routes. The winning team will understand how to create inviting vistas across the site, making best use of natural light, the juxtaposition of internal volumes and passive ventilation to enhance visitors’ enjoyment of the new museum experience. Accessibility and comfort for all is a given and consideration of seating and rest areas will need to be incorporated at the earliest stage of the design.

GALLERY EXHIBITION DESIGN

Given the long-term phasing of this project, the Museum is proposing three gallery exhibition packages for the permanent galleries in the new Western Range: only the first of these is an integral part of this competition brief. The gallery displays that will be included within this first package are dependent on the overall approach to phasing of the project and will therefore be determined, with the successful team, following the completion of RIBA Stage 2 design. Please note that the new galleries may well house different collections, as the Museum’s site-wide redisplay strategy is developed. This means that the winning team will need to include gallery exhibition designers with evidenced understanding of museology who can work alongside the Museum’s own curatorial and content teams and deliver gallery spaces that astound the world within the first phase of work. As well as delivering the designs for the first phase of galleries, the winning team must be able to create a building design that allows future design teams to

insert new galleries into latter phases of the project, allowing for varied creative voices to be involved in the long-term design of the project, ensuring an end-design that is vibrant, integrated and bespoke for each gallery.

The estimated total value of the contract stated in this Contract Notice is derived from an order of magnitude assessment of the construction value of the Western Range programme based on project work to date and must be treated as indicative only. The duration dates for the overall programme are also indicative only and are subject to change

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75%

Price - Weighting: 25%

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.1.8) 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: 2024/S 000-014691


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 September 2025

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Lina Gotmeh

75 rue de la Fontaine au Roi

Paris

75011

Country

France

NUTS code
  • FR101 - Paris
National registration number

824 242 259 00029

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Limited

8 Fitzroy Street

London

W1T 4BJ

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

1312453

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £28,286,352 / Highest offer: £47,477,472 taken into consideration


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=982556207 GO Reference: GO-20251010-PRO-32709430

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

SW1A 2AS

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Chartered Institute of Arbitrators

12 Bloomsbury Square

London

WC1A 2LP

Country

United Kingdom