Notice Information
Notice Title
Professional Services Consultants Framework (Construction)
Notice 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 Information
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 PS1.5 million to PS5.5 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.
Quantity SurveyingLot 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 PS1 million to PS3.5 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.
Mechanical and Electrical, Public Health and Fire EngineeringLot 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 PS3.5 million to PS12.5 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.
Architecture and Interior DesignLot 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 PS4 million to PS15.5 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.
Structural and Civil EngineeringLot 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 PS2.5million to PS8million. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b441
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011471-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
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
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £45,000,000 £10M-£100M
Notice Dates
- Publication Date
- 24 May 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 13 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE BRITISH MUSEUM
- Contact Name
- Not specified
- Contact Email
- procurement@britishmuseum.org
- Contact Phone
- +44 2073238264
Buyer Location
- Locality
- LONDON
- Postcode
- WC1B 3DG
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Camden
- Electoral Ward
- Bloomsbury
- Westminster Constituency
- Holborn and St Pancras
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b441-2021-05-24T12:15:04+01:00",
"date": "2021-05-24T12:15:04+01:00",
"ocid": "ocds-h6vhtk-02b441",
"description": "To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=590801257 GO Reference: GO-2021524-PRO-18288454",
"initiationType": "tender",
"tender": {
"id": ": BM.20.001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Professional Services Consultants Framework (Construction)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"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).",
"lots": [
{
"id": "1",
"title": "Project Management",
"description": "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 PS1.5 million to PS5.5 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"name": "Price",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Quantity Surveying",
"description": "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 PS1 million to PS3.5 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"name": "Price",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"description": "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 PS3.5 million to PS12.5 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Architecture and Interior Design",
"description": "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 PS4 million to PS15.5 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Structural and Civil Engineering",
"description": "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 PS2.5million to PS8million. 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "LONDON,SOUTH EAST (ENGLAND)"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "LONDON,SOUTH EAST (ENGLAND)"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71313200",
"description": "Sound insulation and room acoustics consultancy services"
},
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "LONDON,SOUTH EAST (ENGLAND)"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "79932000",
"description": "Interior design services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "LONDON,SOUTH EAST (ENGLAND)"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "LONDON,SOUTH EAST (ENGLAND)"
},
"relatedLot": "5"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "011471-2021-1",
"relatedLots": [
"1"
],
"title": "Project Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17058",
"name": "Arcadis Consulting (UK) Limited"
}
]
},
{
"id": "011471-2021-2",
"relatedLots": [
"1"
],
"title": "Project Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17059",
"name": "Currie & Brown UK Limited"
}
]
},
{
"id": "011471-2021-3",
"relatedLots": [
"1"
],
"title": "Project Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17060",
"name": "Stace LLP"
}
]
},
{
"id": "011471-2021-4",
"relatedLots": [
"1"
],
"title": "Project Management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17061",
"name": "Turner and Townsend Project Management Limited"
}
]
},
{
"id": "011471-2021-5",
"relatedLots": [
"2"
],
"title": "Quantity Surveying",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17062",
"name": "AECOM Limited"
}
]
},
{
"id": "011471-2021-6",
"relatedLots": [
"2"
],
"title": "Quantity Surveying",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17058",
"name": "Arcadis Consulting (UK) Limited"
}
]
},
{
"id": "011471-2021-7",
"relatedLots": [
"2"
],
"title": "Quantity Surveying",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17063",
"name": "Gardiner & Theobald LLP"
}
]
},
{
"id": "011471-2021-8",
"relatedLots": [
"2"
],
"title": "Quantity Surveying",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17060",
"name": "Stace LLP"
}
]
},
{
"id": "011471-2021-9",
"relatedLots": [
"3"
],
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17062",
"name": "AECOM Limited"
}
]
},
{
"id": "011471-2021-10",
"relatedLots": [
"3"
],
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17064",
"name": "Building Design Partnership Limited"
}
]
},
{
"id": "011471-2021-11",
"relatedLots": [
"3"
],
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17065",
"name": "Hoare Lea LLP"
}
]
},
{
"id": "011471-2021-12",
"relatedLots": [
"3"
],
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-17066",
"name": "Steensen Varming Ltd"
}
]
},
{
"id": "011471-2021-13",
"relatedLots": [
"4"
],
"title": "Architecture and Interior Design",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-17067",
"name": "Avanti Architects Ltd"
}
]
},
{
"id": "011471-2021-14",
"relatedLots": [
"4"
],
"title": "Architecture and Interior Design",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17068",
"name": "Dannatt Johnson Architects LLP"
}
]
},
{
"id": "011471-2021-15",
"relatedLots": [
"4"
],
"title": "Architecture and Interior Design",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-17069",
"name": "Nex Architecture Limited"
}
]
},
{
"id": "011471-2021-16",
"relatedLots": [
"4"
],
"title": "Architecture and Interior Design",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-17070",
"name": "Wright & Wright Architects LLP"
}
]
},
{
"id": "011471-2021-17",
"relatedLots": [
"5"
],
"title": "Structural and Civil Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17062",
"name": "AECOM Limited"
}
]
},
{
"id": "011471-2021-18",
"relatedLots": [
"5"
],
"title": "Structural and Civil Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17071",
"name": "Alan Baxter Ltd"
}
]
},
{
"id": "011471-2021-19",
"relatedLots": [
"5"
],
"title": "Structural and Civil Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17064",
"name": "Building Design Partnership Limited"
}
]
},
{
"id": "011471-2021-20",
"relatedLots": [
"5"
],
"title": "Structural and Civil Engineering",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17072",
"name": "Civic Engineers Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-17057",
"name": "The British Museum",
"identifier": {
"legalName": "The British Museum"
},
"address": {
"streetAddress": "Great Russell Street, Bloomsbury",
"locality": "London",
"region": "UKI",
"postalCode": "WC1B 3DG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2073238264",
"email": "procurement@britishmuseum.org"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "https://www.britishmuseum.org",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "08",
"description": "Recreation, culture and religion"
}
]
}
},
{
"id": "GB-FTS-17058",
"name": "Arcadis Consulting (UK) Limited",
"identifier": {
"legalName": "Arcadis Consulting (UK) Limited",
"id": "02212959"
},
"address": {
"streetAddress": "Arcadis House, 34 York Way, Kings Cross",
"locality": "London",
"region": "UKI",
"postalCode": "N1 9AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7776162860",
"email": "dominic.wilson@arcadis.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
},
"additionalContactPoints": [
{
"telephone": "+4 7776162860",
"email": "dominic.wilson@arcadis.com"
}
]
},
{
"id": "GB-FTS-17059",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited",
"id": "01300409"
},
"address": {
"streetAddress": "40 Holborn Viaduct",
"locality": "London",
"region": "UKI",
"postalCode": "EC1N 2PB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7786628074",
"email": "chris.jones@curriebrown.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17060",
"name": "Stace LLP",
"identifier": {
"legalName": "Stace LLP",
"id": "OC312683"
},
"address": {
"streetAddress": "273 High Street",
"locality": "Epping",
"region": "UKH3",
"postalCode": "CM16 4DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7976001079",
"email": "j.darbyshire@stace.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17061",
"name": "Turner and Townsend Project Management Limited",
"identifier": {
"legalName": "Turner and Townsend Project Management Limited",
"id": "02165592"
},
"address": {
"streetAddress": "Low Hall, Calverley Lane, Horsforth",
"locality": "Leeds",
"region": "UKE42",
"postalCode": "LS18 4GH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2075444000",
"email": "mark.ward@turntown.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17062",
"name": "AECOM Limited",
"identifier": {
"legalName": "AECOM Limited",
"id": "01846493"
},
"address": {
"streetAddress": "Aldgate Tower, 2 Leman Street",
"locality": "London",
"region": "UKI",
"postalCode": "E1 8FA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7966277749",
"email": "paul.davis@aecom.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
},
"additionalContactPoints": [
{
"telephone": "+44 7823354652",
"email": "michael.enstone@aecom.com"
},
{
"telephone": "+44 7769643220",
"email": "Dave.j.brown@aecom.com"
}
]
},
{
"id": "GB-FTS-17063",
"name": "Gardiner & Theobald LLP",
"identifier": {
"legalName": "Gardiner & Theobald LLP",
"id": "OC307124"
},
"address": {
"streetAddress": "10 South Crescent",
"locality": "London",
"region": "UKI",
"postalCode": "WC1E 7BD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072091867",
"email": "j.deans@gardiner.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17064",
"name": "Building Design Partnership Limited",
"identifier": {
"legalName": "Building Design Partnership Limited",
"id": "02207415"
},
"address": {
"streetAddress": "PO Box 85, 11 Ducie Street, Piccadilly Basin",
"locality": "Manchester",
"region": "UKD33",
"postalCode": "M60 3JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2078128388",
"email": "laura.smith@bdp.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
},
"additionalContactPoints": [
{
"telephone": "+44 2078128392",
"email": "Malachy.mcnamara@bdp.com"
}
]
},
{
"id": "GB-FTS-17065",
"name": "Hoare Lea LLP",
"identifier": {
"legalName": "Hoare Lea LLP",
"id": "OC407254"
},
"address": {
"streetAddress": "155 Aztec West, Almondsbury",
"locality": "Bristol",
"region": "UKK1",
"postalCode": "BS32 4UB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 20336687100",
"email": "adrianpeacock@hoarelea.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17066",
"name": "Steensen Varming Ltd",
"identifier": {
"legalName": "Steensen Varming Ltd",
"id": "08636280"
},
"address": {
"streetAddress": "4th Floor Noland House, 12-13 Poland Street, Soho",
"locality": "London",
"region": "UKI",
"postalCode": "W1F 8QB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2077341255",
"email": "Tom.taylor@Steensenvarming.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17067",
"name": "Avanti Architects Ltd",
"identifier": {
"legalName": "Avanti Architects Ltd",
"id": "06502119"
},
"address": {
"streetAddress": "361-373 City Road",
"locality": "London",
"region": "UKI",
"postalCode": "EC1V 1AS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072783060",
"email": "fl@avantiarchitects.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17068",
"name": "Dannatt Johnson Architects LLP",
"identifier": {
"legalName": "Dannatt Johnson Architects LLP",
"id": "OC345246"
},
"address": {
"streetAddress": "Unit 1 The Wireworks, 77 Great Suffolk Street",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 0BU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2073577100",
"email": "carl.cairns@djarchitects.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17069",
"name": "Nex Architecture Limited",
"identifier": {
"legalName": "Nex Architecture Limited",
"id": "06661296"
},
"address": {
"streetAddress": "90-93 Cowcross Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC1M 6BF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2071830900",
"email": "alan@nex-architecture.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17070",
"name": "Wright & Wright Architects LLP",
"identifier": {
"legalName": "Wright & Wright Architects LLP",
"id": "OC341138"
},
"address": {
"streetAddress": "89-91 Bayham Street",
"locality": "London",
"region": "UKI",
"postalCode": "NW1 0AG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2074289393",
"email": "c.wright@wrightandwright.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17071",
"name": "Alan Baxter Ltd",
"identifier": {
"legalName": "Alan Baxter Ltd",
"id": "06600598"
},
"address": {
"streetAddress": "75 Cowcross Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC1M 6EL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072501555",
"email": "fnyberg@alanbaxter.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17072",
"name": "Civic Engineers Limited",
"identifier": {
"legalName": "Civic Engineers Limited",
"id": "06824088"
},
"address": {
"streetAddress": "Carvers Warehouse, 77 Dale Street",
"locality": "Manchester",
"region": "UKD33",
"postalCode": "M1 2HG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7941070010",
"email": "robert@civicengineers.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17073",
"name": "Chartered Institute of Arbitrators",
"identifier": {
"legalName": "Chartered Institute of Arbitrators"
},
"address": {
"streetAddress": "12 Bloomsbury Square",
"locality": "London",
"postalCode": "WC1A 2LP",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-17057",
"name": "The British Museum"
},
"contracts": [
{
"id": "011471-2021-1",
"awardID": "011471-2021-1",
"title": "Project Management",
"status": "active",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-2",
"awardID": "011471-2021-2",
"title": "Project Management",
"status": "active",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-3",
"awardID": "011471-2021-3",
"title": "Project Management",
"status": "active",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-4",
"awardID": "011471-2021-4",
"title": "Project Management",
"status": "active",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-5",
"awardID": "011471-2021-5",
"title": "Quantity Surveying",
"status": "active",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-6",
"awardID": "011471-2021-6",
"title": "Quantity Surveying",
"status": "active",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-7",
"awardID": "011471-2021-7",
"title": "Quantity Surveying",
"status": "active",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-8",
"awardID": "011471-2021-8",
"title": "Quantity Surveying",
"status": "active",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-9",
"awardID": "011471-2021-9",
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"value": {
"amount": 12500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-10",
"awardID": "011471-2021-10",
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"value": {
"amount": 12500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-11",
"awardID": "011471-2021-11",
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"value": {
"amount": 12500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-12",
"awardID": "011471-2021-12",
"title": "Mechanical and Electrical, Public Health and Fire Engineering",
"status": "active",
"value": {
"amount": 12500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-13",
"awardID": "011471-2021-13",
"title": "Architecture and Interior Design",
"status": "active",
"value": {
"amount": 15500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-14",
"awardID": "011471-2021-14",
"title": "Architecture and Interior Design",
"status": "active",
"value": {
"amount": 15500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-15",
"awardID": "011471-2021-15",
"title": "Architecture and Interior Design",
"status": "active",
"value": {
"amount": 15500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-16",
"awardID": "011471-2021-16",
"title": "Architecture and Interior Design",
"status": "active",
"value": {
"amount": 15500000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-17",
"awardID": "011471-2021-17",
"title": "Structural and Civil Engineering",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-18",
"awardID": "011471-2021-18",
"title": "Structural and Civil Engineering",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-19",
"awardID": "011471-2021-19",
"title": "Structural and Civil Engineering",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
},
{
"id": "011471-2021-20",
"awardID": "011471-2021-20",
"title": "Structural and Civil Engineering",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2021-05-14T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "9",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "11",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "13",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "15",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "17",
"measure": "bids",
"relatedLot": "3",
"value": 8
},
{
"id": "19",
"measure": "bids",
"relatedLot": "3",
"value": 8
},
{
"id": "21",
"measure": "bids",
"relatedLot": "3",
"value": 8
},
{
"id": "23",
"measure": "bids",
"relatedLot": "3",
"value": 8
},
{
"id": "25",
"measure": "bids",
"relatedLot": "4",
"value": 8
},
{
"id": "27",
"measure": "bids",
"relatedLot": "4",
"value": 8
},
{
"id": "29",
"measure": "bids",
"relatedLot": "4",
"value": 8
},
{
"id": "31",
"measure": "bids",
"relatedLot": "4",
"value": 8
},
{
"id": "33",
"measure": "bids",
"relatedLot": "5",
"value": 8
},
{
"id": "35",
"measure": "bids",
"relatedLot": "5",
"value": 8
},
{
"id": "37",
"measure": "bids",
"relatedLot": "5",
"value": 8
},
{
"id": "39",
"measure": "bids",
"relatedLot": "5",
"value": 8
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "16",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "3",
"value": 8
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "3",
"value": 8
},
{
"id": "22",
"measure": "electronicBids",
"relatedLot": "3",
"value": 8
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "3",
"value": 8
},
{
"id": "26",
"measure": "electronicBids",
"relatedLot": "4",
"value": 8
},
{
"id": "28",
"measure": "electronicBids",
"relatedLot": "4",
"value": 8
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "4",
"value": 8
},
{
"id": "32",
"measure": "electronicBids",
"relatedLot": "4",
"value": 8
},
{
"id": "34",
"measure": "electronicBids",
"relatedLot": "5",
"value": 8
},
{
"id": "36",
"measure": "electronicBids",
"relatedLot": "5",
"value": 8
},
{
"id": "38",
"measure": "electronicBids",
"relatedLot": "5",
"value": 8
},
{
"id": "40",
"measure": "electronicBids",
"relatedLot": "5",
"value": 8
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:364146-2020:TEXT:EN:HTML"
}
],
"language": "en"
}