Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04a2fe |
Common Procurement Vocabulary | Technical analysis or consultancy services |
Procurement Method | Open procedure |
Value | £320,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04a2fe |
Common Procurement Vocabulary | Technical analysis or consultancy services |
Procurement Method | Open procedure |
Value | £320,000 |
Section I: Contracting authority
I.1) Name and addresses
The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)
Parliament Square
LONDON
SW1A 0AA
Contact
Elli Nikolaou
pcd [at] parliament.uk
Country
United Kingdom
NUTS code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
Buyer's address
https://atamis-ukparliament.my.site.com/s/Welcome
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://atamis-ukparliament.my.site.com/login
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/login
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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Specialist Lift Consultancy Services
Reference number
GSV3213
II.1.2) Main CPV code
- 71621000 - Technical analysis or consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) are inviting expressions of interest from suitably qualified organisations wishing to enter into a contract for the provision of specialist lift consultancy services. The appointed Consultant will support the Authority’s Property and Asset Strategy (PAS) team in its role as custodian of the lift engineering infrastructure on the Parliamentary Estate to review and update technical standards and a long-term strategy for lift modernisation.
More specifically, the appointed Consultant shall be required to provide specialist services which will include independent advisory support to ensure the viability and quality of lift designs, as well as undertaking other consultancy activities with the view of supporting Parliamentary lift refurbishment projects, which are being delivered in accordance with the RIBA Work Plan 2020. The contract shall be let based on the NEC4 Professional Services Short Contract (NEC4 PSSC).
The procurement documents shall be made available subject to the return of a duly signed Non-Disclosure Agreement (NDA) template, which can be accessed at https://atamis-ukparliament.my.site.com/login
The Authority will aim to execute the signed NDAs and share the tender pack with Tenderers who have submitted a duly signed NDA within two (2) working days of the submission date via the message centre of the Authority’s electronic tendering portal Atamis (please refer to above-mentioned address).
Suppliers who previously returned a duly signed NDA in response to the Prior Information Notice (reference: 2024/S 000-030708) published on 26th September 2024 in relation to this contract opportunity, will not be required to re-submit a signed NDA.
II.1.5) Estimated total value
Value excluding VAT: £320,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 42416100 - Lifts
II.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Westminster
II.2.4) Description of the procurement
A non-exhaustive list of the services required to be delivered under the contract are summarised below:
• Produce lift technical design reviews covering RIBA Stages 2 to 5 inclusive in relation to the Authority’s Lift Refurbishment Programme, as well as work collaboratively with Lift Refurbishment delivery teams and prioritise the works having due regard to Health & Safety and business continuity objectives (as set out within the procurement documents);
• Review and develop (if needed) existing lift modernisation scope documents;
• Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications;
• Undertake site inspections and witnessing across the Parliamentary Estate as set out within the procurement documents;
• Review lift traffic analysis from previous studies and project consultants and where necessary undertake new traffic analysis and propose optimum lift design strategy for the population and use patterns of the Parliamentary Estate; and
• Carry out whole of life costing with the view of ensuring that value for money is achieved by taking a holistic approach to design the lifts in relation to each other, traffic flow, building occupants, logistics, fire evacuation strategy, access control and security strategy, environment and sustainability, heritage and conservation and user priorities.
The Authority reserves its position as to whether it will (or will not) enter into contractual arrangements. Subsequently, the publication of the procurement documents in no way commits the Authority to enter into any contractual relationship with the Tenderers or any other party.
The Authority reserves the right to:
- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;
- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and
- amend, vary or digress from the process set out in the procurement documents. In the event of any change to the process, the Authority will inform all Tenderers of the change.
The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The information and/or documents for this opportunity are available on https://atamis-ukparliament.my.site.com/login
Interested organisations must register on this site to respond. The use of the In-tend e-tendering portal is compulsory and will be the main means of communication and exchange of documents between the Authority and prospective Tenderers, although the Authority reserves the right at its sole discretion to communicate and/or exchange documents by other means.
Additional CPVs:
71310000-4 Consultative engineering and construction services
71321000-4 Engineering design services for mechanical and electrical installations for buildings
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: £320,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority’s discretion.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority’s discretion.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The appointed Consultant’s proposed principal or lead staff must be at Associate level (minimum of 10 years lift industry experience and demonstrable stakeholder management experience) and professionally qualified and chartered with a UK recognised professional body e.g. RIBA, CIBSE or IET (or equivalent). All other staff must have lift or engineering specific qualifications.
The appointed Consultant, or their external IT provider in the event of outsourcing, must hold as a minimum a valid Cyber Essentials certificate at the point of contract award.
Further information on the selection criteria as stated in the procurement documents.
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
The following minimum economic and financial standing requirements shall apply:
a) a minimum turnover of 320,000.00 per annum for each of the last three (3) financial years; and
b) a satisfactory risk assessment based on Dun & Bradstreet indicators as detailed in the procurement documents
Interested suppliers are advised that the contract will be subject to an overall affordability cap of £320,000 to be applied across the total contract term (including any allowable extensions).
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
The appointed Consultant’s proposed principal or lead staff must be at Associate level (minimum of 10 years lift industry experience and demonstrable stakeholder management experience) and professionally qualified and chartered with a UK recognised professional body e.g. RIBA, CIBSE or IET (or equivalent). All other staff must have lift or engineering specific qualifications.
The appointed Consultant, or their external IT provider in the event of outsourcing, must hold as a minimum a valid Cyber Essentials certificate at the point of contract award.
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 000-030708
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2025
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: 6 August 2025
IV.2.7) Conditions for opening of tenders
Date
8 April 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.3) Additional information
The Authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the Authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
The High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom