Stotles logo
Awarded

Professional Services Consultants Framework (Construction)

Published

Supplier(s)

ARCADIS CONSULTING UK LIMITED, CURRIE & BROWN UK LIMITED, Stace LLP, Turner and Townsend Project Management Limited, Aecom, ARCADIS CONSULTING UK LIMITED, Gardiner & Theobald LLP, Stace LLP, Aecom, BUILDING DESIGN PARTNERSHIP LIMITED, Hoare Lea LLP:, Steensen Varming Ltd., AVANTI ARCHITECTS LTD, Dannatt Johnson Architects LLP, Nex Architecture Limited, Wright & Wright Architects LLP, Aecom, Alan Baxter Ltd, BUILDING DESIGN PARTNERSHIP LIMITED, CIVIC ENGINEERS LIMITED

Value

180,000,000 GBP

Description

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). Lot 1: Project Management 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 £1.5 million to £5.5 million. 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. Lot 2: 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 £1 million to £3.5 million. 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. Lot 3: 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 £3.5 million to £12.5 million. 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. Lot 4: 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 £4 million to £15.5 million. 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. Lot 5: 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 £2.5million to £8million. 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.

Timeline

Award date

3 years ago

Publish date

3 years ago

Buyer information

British Museum

Email:
procurement@britishmuseum.org

Explore contracts and tenders relating to British Museum

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by British Museum

Explore more open tenders, recent contract awards and upcoming contract expiries published by British Museum.

Explore more suppliers to British Museum

Sign up