Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 19th Dec 2023
Reference | ocds-h6vhtk-042715 |
Common Procurement Vocabulary | Organisation of architectural design contests |
Procurement Method | Open procedure |
Value | £100,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 19th Dec 2023
Reference | ocds-h6vhtk-042715 |
Common Procurement Vocabulary | Organisation of architectural design contests |
Procurement Method | Open procedure |
Value | £100,000 |
Section I: Contracting authority
I.1) Name and addresses
The Trustees of the British Museum
The British Museum, Great Russell Street
London
WC1B 3DG
procurement [at] britishmuseum.org
Telephone
+44 2073238000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
British Museum Design Competition Management
Reference number
BM.23.052
II.1.2) Main CPV code
- 71230000 - Organisation of architectural design contests
II.1.3) Type of contract
Services
II.1.4) Short description
The British Museum plans to embark in Spring 2024 on a procurement exercise that will lead to the appointment of a Design Team for the re-development of its Western Range as part of the Museum's Masterplan. The procurement approach will be in the form of a Restricted Procedure under the Public Contracts Regulations 2015. The evaluation methodology for the appointment of the Design Team has been developed, and approved by the Museum’s Masterplan Committee.
We now seek to appoint a Procurement Consultant to manage the delivery of the Design Team appointment in accordance with the agreed methodology whose main responsibilities will be:
• Administration of e-sourcing portal including all communications with participants.
• Facilitation of in-person events
• Management of all evaluation stages by chairing and providing secretariat services to panels.
For the avoidance of doubt the Procurement Consultant will not score any elements of the Design Team selection themselves.
II.1.5) Estimated total value
Value excluding VAT: £100,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
As part of managing the Competition that will lead to the appointment of a Design Team the Procurement Consultant will be responsible for carrying out the following services and providing the deliverables listed below for each stage. For the avoidance of doubt the Procurement Consultant will at no point in the delivery of the Services be involved in the scoring of any elements of the submissions provided by the design teams taking part in the Competition. Their role is to administer and facilitate the scoring that will be performed by others as required at each stage of the Competition.
Pre-Competition and Stage 1
•If required refine Client’s final Competition documents including, Contract Notice, standard questionnaire (SQ), Stage 1 selection questions and draft invitation to tender (ITT) documents to ensure alignment with regulatory requirements in effect at time of launch.
•Refine and finalise the tender programme.
•Administer the publication of Competition documents via the Client’s e-sourcing portal, official launches and presentations in consultation with the Client’s communications team.
•Prepare and host via online website procurement and communications documentation.
•Act as point of contact for tenderers on all correspondence and queries liaising with relevant subject matter experts from the stakeholder groups where needed to ensure accurate, timely responses are provided via an actively maintained clarifications log.
•Manage relationships with tenderers on behalf of the Client.
•Manage evaluation of project specific elements of Stage 1 responses by Client team. Chair and provide all necessary secretariat services to shortlisting panel for evaluation and moderation sessions as required to arrive at final Stage 1 scores and establish shortlist in accordance with pre-determined published process.
•Prepare summary report on outcome of Stage 1 for review by Client stakeholders.
•Draft Stage 1 notification letters for review by Client team, legal advisors and administer distribution and relevant communications.
Stage 2 and Post-Competition
•Apply any necessary amendments to ITT document pack prior to issue to shortlisted tenderers.
•Publish ITT packs via Client’s portal.
•Manage all communications with tenderers as in Stage 1
•Arrange and facilitate any events, such as charettes, presentations or interviews that may be required.
•Chair supporting technical panels and provide all required secretariat services.
•Take receipt of Client’s Quantity Surveyor’s appraisal of fee proformas ITT entries, and alongside technical panel reviews, collate into a single document for the jury panel.
•Moderate and provide all required secretariat services for jury panel meetings (noting the consultant will not have a decision-making role on the panel)
•Develop and produce tender reports providing recommendations for appointment to relevant Client stakeholders.
•Draft standstill letters and manage interaction with Client legal advisors, administer distribution of these letters and, if required, subsequent relevant communications.
•Support execution of contract with successful Design Team.
•Support Client communication team as required with announcements relating to the appointment of the Design Team.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
13
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/C88B8C8W86
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
2 February 2024
Local time
5:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
2 February 2024
Local time
5:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Organisation-of-architectural-design-contests./C88B8C8W86" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Organisation-of-architectural-design-contests./C88B8C8W86
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C88B8C8W86" target="_blank">https://www.delta-esourcing.com/respond/C88B8C8W86
GO Reference: GO-20231219-PRO-24806029
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square
London
WC1A 2LP
Country
United Kingdom