STC1177 - Provision of Specialist Lift Consultancy Services (Великобритания (Англия, Шотландия, Уэльс) - Тендер #51938352) | ||
| ||
| 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: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| 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. |
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
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
Body governed by public law
General public services
STC1177 - Provision of Specialist Lift Consultancy Services
Reference number: STC1177
II.1.2) Main CPV code71621000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 500 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
71621000
42416100
71310000
71321000
71530000
II.2.3) Place of performanceNUTS code:
UKI32
Main site or place of performance:
Westminster
II.2.4) Description of the procurementA 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationList 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 standingList 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 abilityList 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.
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.
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 19/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 19/04/2024
Local time: 12:00
Place:
Westminster
This is a recurrent procurement: Yes
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
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedurePrecise 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).
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 |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
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. |