Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 21st Jun 2024

Tender Details
Referenceocds-h6vhtk-0471df
Common Procurement VocabularyQuantity surveying services
Procurement MethodOpen procedure
Value£375,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 21st Jun 2024

Tender Details
Referenceocds-h6vhtk-0471df
Common Procurement VocabularyQuantity surveying services
Procurement MethodOpen procedure
Value£375,000

Section I: Contracting authority

I.1) Name and addresses

Corporate Officers of the House of Lords and House of Commons

Parliament Square

LONDON

SW1A 0AA

Contact

David Martin

Email

PCD [at] parliament.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

National registration number

210715608

Internet address(es)

Main address

https://www.parliament.uk/

Buyer's address

https://www.parliament.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-ukparliament.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-ukparliament.my.site.com/s/Welcome

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

QS1121 - Cost Management Support for PMST Agile Projects Team

Reference number

QS1121

II.1.2) Main CPV code

  • 71324000 - Quantity surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority is looking to engage a consultant with the capability and capacity to deliver the required cost management services under an enabling contract arrangement through call-offs against the contract.
The contract will initially be for 2 years with the option to extend for a further year.
Services that may be called off from the contract are:
- Provide high level costs for the next financial year's projects to inform the yearly budget.
- provide multiple costings per project instructed through the different RIBA stages, including project spend profiles for the lifecycle of the project.
- Provide tender support for evaluation of commercial tender submissions for the project, including a commercial tender report.
- Provide cost estimates and assessments of Contractor led variations for projects in accordance with NEC4 terms and conditions ensuring value for money.
- Provide training sessions to the PMST team of project leaders around project costings.
- Manage the schedule of costing exercises and provide updates at monthly progress meetings.
- Provide Earned Value Management Information to the project leaders on specific projects, when required.
- Provide post completion spend analysis.
- Provide project management services (Project Managers with NEC4 experience) for projects if required.
The estimated total value of this contract is based on historic data and includes the possible optional extension year, though it should be noted that the Authority cannot guarantee that call-offs over the term of the contract, and any allowable extension, will amount to teh estimate as this will rely entirely on project throughput.

II.1.5) Estimated total value

Value excluding VAT: £375,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71244000 - Calculation of costs, monitoring of costs

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Parliamentary Estate

II.2.4) Description of the procurement

Open Procedure procurement for Cost Management support and related services to the Parliamentary Maintenance Services Team (PMST).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £375,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

Possible ongoing requirement.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

12 month (1 year) extension.

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

The Authority is carrying out this procurement through the Atamis e-Sourcing Portal for the SQ and ITT Publishing.
Atamis e-Sourcing Portal:
Suppliers must read through this set of instructions and follow the process to respond to this
opportunity. The information and ITT documents for this opportunity are available on the
Parliamentary e-sourcing portal Atamis. You must register on the Atamis site to respond to
this opportunity: https://atamis-ukparliament.my.site.com/s/Welcome
Please ensure you follow any instruction provided to you. The deadline for submitting your
response(s) is detailed within this contract notice and the ITT Instruction documents. SQ and ITT
submissions must be uploaded to the portal; electronic responses submitted via e-mail are
not acceptable. Please ensure that you allow yourself plenty of time when responding to this
opportunity prior to the closing date and time, especially if you have been asked to upload
documents.
If you are experiencing problems, please contact the PCD Business Support
team via email: pcd [at] parliament.uk or call +44 (0)207 219 1600 for further assistance.
Please visit Atamis (link above) for full details and to register your interest in this opportunity and to download the ITT documents.
To access the ITT documents select the tender reference QS1121 in the system and express interest by clicking on the button provided.
If you need to register, your company details will be required, thereafter you will be issued
with a username and password. If you have previously registered with Atamis, please follow
the link shown which will redirect you to the home page where you can log on using your
existing username and password to collect the tender documents. If you have registered and
forgotten your username and password, click on the 'forgotten password' link on the Atamis homepage.
Please keep this username and password secure and do not pass it to any third parties. If you
are experiencing problems, please contact the PCD Business Support team via email:
pcd [at] parliament.uk or call +44 (0)207 219 1600 for further assistance.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers should have the ability and capability with previous experience of delivering the required services.

III.1.2) Economic and financial standing

List and brief description of selection criteria

See Suitability Questionnaire (SQ) and ITT Instruction document for details.

Minimum level(s) of standards possibly required

See Suitability Questionnaire (SQ) and ITT Instruction document for details.

III.1.3) Technical and professional ability

List and brief description of selection criteria

See Suitability Questionnaire (SQ) and ITT Instruction document for details.

Minimum level(s) of standards possibly required

See Suitability Questionnaire (SQ) and ITT Instruction document for details.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See Scope document with details of the contract Key Performance Indicators and performance regime.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

18 July 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

Tender must be valid until: 30 October 2024

IV.2.7) Conditions for opening of tenders

Date

18 July 2024

Local time

12:00pm

Place

On Atamis


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 24 to 36 months from contract start date

VI.4) Procedures for review

VI.4.1) Review body

Corporate Officers of the House of Lords and House of Commons

Parliament Square

LONDON

SW1A 0AA

Email

PCD [at] Parliament.uk

Country

United Kingdom

Internet address

https://www.parliament.uk/

VI.4.2) Body responsible for mediation procedures

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://judiciary.uk/highcourt