Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 29th Jan 2024
Reference | ocds-h6vhtk-04357a |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted procedure |
Value | £33,000,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 29th Jan 2024
Reference | ocds-h6vhtk-04357a |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted procedure |
Value | £33,000,000 |
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
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./MBB96A2CZ2
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 SWEC Main Works Construction Contractor
Reference number
BM.24.002
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
The British Museum is undertaking this procurement exercise to source a Contractor to undertake works as part of a major development at its Bloomsbury Estate in Holborn. The Energy Centre Programme (ECP) is a major infrastructure programme that is designed to improve energy supply and generation, rationalise primary services distribution, and provide improved resilience in the building services infrastructure that serves the British Museum’s Bloomsbury Estate. The programme is also a key enabler which will support ongoing asset and infrastructure renewal and the emerging aspirations of the British Museum’s masterplan.
II.1.5) Estimated total value
Value excluding VAT: £33,000,000
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
The scope of works the Contractor will undertake in the role of Principal Contractor is described below:
• The construction of a new energy centre in the South-West corner of the Bloomsbury site, known as the South-West Energy Centre (SWEC) to house primary mechanical and electrical plant with additional accommodation for back-of house support functions.
• The fit out of a newly constructed secondary plant building in the North-East corner of the Bloomsbury site known as the East Road Building (ERB) to house HV and LV substation B, associated LV distribution, emergency LV generation, primary sprinkler plant, and additional engineering support functions.
• The construction of new Incoming Sub Station (ISS) to be built in the SE corner of the Estate and alterations to existing Sub Stations.
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
53
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
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
Restricted 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
1 March 2024
Local time
12:00pm
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: 5 (from the date stated for receipt of tender)
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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./MBB96A2CZ2" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./MBB96A2CZ2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MBB96A2CZ2" target="_blank">https://www.delta-esourcing.com/respond/MBB96A2CZ2
GO Reference: GO-2024129-PRO-25058735
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