Architectural, construction, engineering and inspection services | Tenderlake

Architectural, construction, engineering and inspection services

Contract Value:
GBP 45M - 45M
Notice Type:
Contract award notice
Published Date:
28 May 2021
Closing Date:
Location(s):
UKI LONDON (UK UNITED KINGDOM)
UKJ SOUTH EAST (ENGLAND) (UK UNITED KINGDOM)
Description:
Professional Services Consultants Framework (Construction)

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).


Project Management

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 GBP 1 500 000 to GBP 5 500 000.

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.


Quantity Surveying

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 GBP 1 000 000 to GBP 3 500 000.

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.


Mechanical and Electrical, Public Health and Fire Engineering

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 GBP 3 500 000 to GBP 12 500 000.

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.


Architecture and Interior Design

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 GBP 4 000 000 to GBP 15 500 000.

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.


Structural and Civil Engineering

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 GBP 2 500 000 to GBP 8 000 000.

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.

Awarded to:
Mechanical and Electrical, Public Health and Fire Engineering
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
Structural and Civil Engineering
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
Quantity Surveying
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
AECOM Ltd, London (UK)
Mechanical and Electrical, Public Health and Fire Engineering
AECOM Ltd, London (UK)
Structural and Civil Engineering
Alan Baxter Ltd, London (UK)
Alan Baxter Ltd, London (UK)
Alan Baxter Ltd, London (UK)
Alan Baxter Ltd, London (UK)
Project Management
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Quantity Surveying
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Arcadis Consulting (UK) Ltd, London (UK)
Architecture and Interior Design
Avanti Architects Ltd, London (UK)
Avanti Architects Ltd, London (UK)
Avanti Architects Ltd, London (UK)
Avanti Architects Ltd, London (UK)
Mechanical and Electrical, Public Health and Fire Engineering
Building Design Partnership Ltd, Manchester (UK)
Building Design Partnership Ltd, Manchester (UK)
Building Design Partnership Ltd, Manchester (UK)
Structural and Civil Engineering
Building Design Partnership Ltd, Manchester (UK)
Building Design Partnership Ltd, Manchester (UK)
Building Design Partnership Ltd, Manchester (UK)
Building Design Partnership Ltd, Manchester (UK)
Mechanical and Electrical, Public Health and Fire Engineering
Building Design Partnership Ltd, Manchester (UK)
Structural and Civil Engineering
Civic Engineers Ltd, Manchester (UK)
Civic Engineers Ltd, Manchester (UK)
Civic Engineers Ltd, Manchester (UK)
Civic Engineers Ltd, Manchester (UK)
Project Management
Currie and Brown UK Ltd, London (UK)
Currie and Brown UK Ltd, London (UK)
Currie and Brown UK Ltd, London (UK)
Currie and Brown UK Ltd, London (UK)
Architecture and Interior Design
Dannatt Johnson Architects LLP, London (UK)
Dannatt Johnson Architects LLP, London (UK)
Dannatt Johnson Architects LLP, London (UK)
Dannatt Johnson Architects LLP, London (UK)
Quantity Surveying
Gardiner and Theobald LLP, London (UK)
Gardiner and Theobald LLP, London (UK)
Gardiner and Theobald LLP, London (UK)
Gardiner and Theobald LLP, London (UK)
Mechanical and Electrical, Public Health and Fire Engineering
Hoare Lea LLP, Bristol (UK)
Hoare Lea LLP, Bristol (UK)
Hoare Lea LLP, Bristol (UK)
Hoare Lea LLP, Bristol (UK)
Architecture and Interior Design
Nex Architecture Ltd, London (UK)
Nex Architecture Ltd, London (UK)
Nex Architecture Ltd, London (UK)
Nex Architecture Ltd, London (UK)
Project Management
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Quantity Surveying
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Stace LLP, Epping (UK)
Mechanical and Electrical, Public Health and Fire Engineering
Steensen Varming Ltd, London (UK)
Steensen Varming Ltd, London (UK)
Steensen Varming Ltd, London (UK)
Steensen Varming Ltd, London (UK)
Project Management
Turner and Townsend Project Management Ltd, Leeds (UK)
Turner and Townsend Project Management Ltd, Leeds (UK)
Turner and Townsend Project Management Ltd, Leeds (UK)
Turner and Townsend Project Management Ltd, Leeds (UK)
Architecture and Interior Design
Wright & Wright Architects LLP, London (UK)
Wright & Wright Architects LLP, London (UK)
Wright & Wright Architects LLP, London (UK)
Wright & Wright Architects LLP, London (UK)
Download full details as .pdf
The Buyer:
The British Museum
CPV Code(s):
71000000 - Architectural, construction, engineering and inspection services
71221000 - Architectural services for buildings
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71313200 - Sound insulation and room acoustics consultancy services
71314300 - Energy-efficiency consultancy services
71315300 - Building surveying services
71317210 - Health and safety consultancy services
71324000 - Quantity surveying services
71334000 - Mechanical and electrical engineering services
71541000 - Construction project management services
79710000 - Security services
79932000 - Interior design services
79994000 - Contract administration services