Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-04580e
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£95,000,000
« Previous Page

London

Category Works

Type

No. of Lots 1

Status Active

Published 28th Jun 2024

Tender Details
Referenceocds-h6vhtk-04580e
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£95,000,000

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

PCD

Email

PCD [at] parliament.uk

Telephone

+44 2072191600

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

Access to the procurement documents is restricted. Further information can be obtained 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

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Victoria Tower Fabric Safety Project

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Victoria Tower, as part of the Palace of Westminster, is a world renowned heritage asset. Acknowledged by its Grade I listed designation and UNESCO World Heritage Site. Victoria Tower is 325 ft tall and is sited above Sovereign’s Gate at the south-west end of the Palace site. The Tower was originally designed as a royal entrance and a repository for the records of Parliament and is currently home to the Parliamentary Archives although these are in the process of being moved elsewhere.

Significant repairs were last undertaken to Victoria Tower in the early 1990s. The building fabric has deteriorated in the intervening period, and it is now necessary to undertake repairs to the external envelope of Victoria Tower via a full-height scaffold. Parliament is exercising their duty of care to prevent future deterioration of the building fabric as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster.

This notice relates to the Contracting Authority’s intention to appoint a contractor under NEC4 ECC Option B contract (with secondary clauses and amendments), to deliver temporary works, and subsequent conservation and repair work, to the Victoria Tower.

II.1.5) Estimated total value

Value excluding VAT: £95,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45262512 - Dressed stonework
  • 45111290 - Primary works for services
  • 45111291 - Site-development work
  • 45111300 - Dismantling works
  • 45212300 - Construction work for art and cultural buildings
  • 45212353 - Palace construction work
  • 45223210 - Structural steelworks
  • 45261910 - Roof repair
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262510 - Stonework
  • 45262511 - Stone carving
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings
  • 45453000 - Overhaul and refurbishment work
  • 45212350 - Buildings of particular historical or architectural interest

II.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

II.2.4) Description of the procurement

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) invite potential tenderers to consider participation in this call for competition of the main works contract.

The Contracting Authority intends to appoint a contractor under a NEC4 ECC Option B contract, to deliver temporary works, with subsequent conservation and repair work, to the Victoria Tower.

The temporary works includes design, site logistics, site set up, hoardings, temporary electrics, piling, groundworks, enabling works, crash deck scaffolding removal, primary steel support trusses and towers, full scaffolding / protection, and stone cleaning.

The subsequent conservation and repair scope of works includes: stone repairs, decorating, gilding and other miscellaneous works, roof (cast iron tiles and supporting structure, skylight, fall arrest system), windows refurbishment, metalwork restoration, fire stopping, MEP and adaptions to existing MEP equipment, waterproofing to balconies, guttering, rainwater pipes & leadwork, pigeon netting, flagpole repair works, temporary flagpole, removal of scaffolding and site reinstatement.

Interested suppliers who wish to participate in this procurement are requested to download and review the documents available on the Contracting Authority’s procurement portal - https://atamis-ukparliament.my.site.com/s/Welcome

All tender documentation will also be provided to tenderers via an external SharePoint site. Technical documentation will not be uploaded onto the procurement portal and will be made available on the external SharePoint only, due to the size and quantity of the documents.

Interested suppliers wishing to participate are required to complete and return a Non-Disclosure Agreement (NDA), and provide Cyber Essentials certification, prior to accessing the ITT.

Following receipt of NDAs and Cyber Essentials certification to the Authority, tenderers will be requested to provide a name and email address of a user to access the SharePoint site. These details shall be submitted by the tenderer using the Atamis portal. On receipt of these details, access rights to read documents will be set up in SharePoint. Access will be made available following receipt of an activation email which will be issued directly to the user.

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: £95,000,000

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

Duration in months

78

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

The procurement documents are available for download from the Contracting Authority’s electronic procurement portal link provided above, and an external SharePoint site.

The Contracting Authority will maintain design responsibility for all the fabric related design throughout the project lifecycle (with the exception of specialist Contractor’s Design items which will be defined during the process). The RIBA Stage 4 design for the scaffold and associated temporary works will be developed by the Contractor who will assume overall design responsibility for these packages inclusive of piling.

The Parliamentary Commercial Directorate uses an e-tendering portal (hosted by Atamis) to manage its procurement processes. You will need to register on the portal before you can view the associated tender documents.

Where a supplier is already registered on Atamis, a new user should select to join their existing supplier account when prompted. Users joining an existing supplier account will be approved by the primary contact of the supplier. If the primary contact has left the business without passing on this role, please e-mail PCD [at] parliament.uk.

Registering on the e-tendering portal does not mean you are a supplier to either the House of Commons or House of Lords.


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

Potential Contractors are referred to the procurement documents for further information on the Contracting Authority's requirements on 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

III.2) Conditions related to the contract

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-014726

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

23 August 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: 23 August 2025

IV.2.7) Conditions for opening of tenders

Date

23 August 2024

Local time

12:00pm

Place

UK


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Suitability Questionnaire and ITT documentation is accessible at the Houses of Parliament's e-procurement portal: https://atamis-ukparliament.my.site.com/s/Welcome

SQ and tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. You are advised to allow sufficient time when responding to the SQ and ITT. Late SQs and tenders will not be accepted

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://judiciary.uk/highcourt