Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


STC1177 - Provision of Specialist Lift Consultancy Services (Великобритания (Англия, Шотландия, Уэльс) - Тендер #51938352)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (actin
Номер конкурса: 51938352
Дата публикации: 02-03-2024
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Title: STC1177 - Provision of Specialist Lift Consultancy Services
OCID: ocds-h6vhtk-0444db
Published by: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (actin
Authority ID: AA85319
Publication Date: 02/03/2024
Deadline Date: 19/04/2024
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

A non-exhaustive list of the services required to be delivered under the contract are summarised below:• Produce lift technical design briefs and design requirements for the Authority’s Lift projects, as well as work collaboratively with Lift delivery teams and prioritise the works on health and safety and business continuity objectives (as set out within the procurement documents). • Review and develop existing lift modernisation scope documents. • Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications. • Provide a technical design review of the proposals from Lift Delivery teams and monitor their work – this shall also include undertaking site inspections and witnessing.• 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.• 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. • Undertake annual audits of the Authority’s Planned Preventative and Re-active Maintenance Contractor’s performance.The appointed Consultant’s staff shall have completed EOR/202 ‘Working Safely in an engineering environment – basic lift safety’, as required by BS7255 Safe Working on Lifts.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://in-tendhost.co.uk/parliamentuk/aspx/Home 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.

Print or Save this Notice Download PDF Download HTML Download XML

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)

UK Parliament, Westminster

London

SW1A 0AA

UK

Contact person: Elli Nikolaou

E-mail: nikolaoue@parliament.uk

NUTS: UKI32

Internet address(es)

Main address: https://in-tendhost.co.uk/parliamentuk/aspx/BuyerProfiles

Address of the buyer profile: https://www.parliament.uk

I.3) Communication

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

https://in-tendhost.co.uk/parliamentuk/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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

STC1177 - Provision of Specialist Lift Consultancy Services

Reference number: STC1177

II.1.2) Main CPV code

71621000

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 (the ‘Authority’) 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 Parliamentary Design Authority 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 deliver specialist services which will include independent advisory support, to ensure the viability and quality of designs, as well as project support relating to refurbishment and maintenance programmes. The contract shall be let based on the NEC4 Professional Services Short Contract.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71621000

42416100

71310000

71321000

71530000

II.2.3) Place of performance

NUTS code:

UKI32


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 briefs and design requirements for the Authority’s Lift projects, as well as work collaboratively with Lift delivery teams and prioritise the works on health and safety and business continuity objectives (as set out within the procurement documents). • Review and develop existing lift modernisation scope documents. • Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications. • Provide a technical design review of the proposals from Lift Delivery teams and monitor their work – this shall also include undertaking site inspections and witnessing.• 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.• 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. • Undertake annual audits of the Authority’s Planned Preventative and Re-active Maintenance Contractor’s performance.The appointed Consultant’s staff shall have completed EOR/202 ‘Working Safely in an engineering environment – basic lift safety’, as required by BS7255 Safe Working on Lifts.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://in-tendhost.co.uk/parliamentuk/aspx/Home 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.

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: 500 000.00 GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The contract shall be let for an initial term of thirty-six (36) months with an option to extend post expiry of the initial term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority’s discretion.

II.2.9) Information about the limits on the number of candidates to be invited 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 with an option to extend post expiry of the initial contract term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the 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

II.2.14) Additional information

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.Further information on the selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Information on the selection criteria can be found in the procurement documents.


Minimum level(s) of standards required:

The following minimum economic and financial standing requirements shall apply:a) a minimum turnover of £200,000.00 per annum for each of the last three (3) financial years; andb) a satisfactory risk assessment based on Dun & Bradstreet indicators as

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Information on the selection criteria can be found in the procurement documents.


Minimum level(s) of standards 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.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The appointed Consultant will be required to comply with the HMG Baseline Personnel Security Standard (BPSS) pre-employment checks for staff they propose to fulfil for this contract. This will be in line with Cabinet Office guidance on BPSS and the Home Office code of practice on preventing illegal working.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 19/04/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 19/04/2024

Local time: 12:00

Place:

Westminster

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

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://in-tendhost.co.uk/parliamentuk/aspx/Home and submitted using the Correspondence tab on the In-Tend portal. The deadline for submitting the completed NDA template is 16:00 on Friday 8th March 2024. The Authority will aim to execute the signed NDAs and share the full tender pack with Tenderers within two (2) working days of submission of the NDA via the Correspondence tab of the In-Tend portal https://in-tendhost.co.uk/parliamentuk/aspx/Home

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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.5) Date of dispatch of this notice

01/03/2024


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: nikolaoue@parliament.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
ID Title Parent Category
71530000 Construction consultancy services Construction-related services
71310000 Consultative engineering and construction services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
71621000 Technical analysis or consultancy services Analysis services

Delivery Locations

Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru