Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

GSV1814-Provision of Peer Review Lift Consultancy Services to the Parliamentary Estate

  • First published: 09 August 2019
  • Last modified: 09 August 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Corporate Officer of the House of Lords and Corporate Officer of the House of Commons
Authority ID:
AA0063
Publication date:
09 August 2019
Deadline date:
06 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The majority of buildings on the authority’s estate are Grade I and Grade II listed buildings, therefore requiring some historic building conservation experience. The consultant to be appointed will be have a proven track record of working on projects involving prestigious buildings of significant historical interest, with demonstrable experience of having integrated innovative lift engineering solutions, within conservation/listed building constraints. The services of a specialist lift consultant is required for a period of up to 3 years (which may be subject to extension) to produce detailed technical design briefs, scoping documents and engineering specifications, peer review technical designs for lifts and vertical transportation on all projects on the Parliamentary Estate, and to audit the performance of the planned preventative and reactive maintenance contractor. The lift consultant will support the parliamentary design authority in its role as custodian of the lift engineering infrastructure on the Parliamentary Estate to develop technical standards and a long-term strategy for lift modernisation. The role of the appointed consultant will be to maintain and update these documents at least once a year and ensure compliance to these documents by design and delivery teams and to keep the authority abreast of developments in the industry. The Services required are broadly defined as follows:

1) Undertake traffic analysis and condition surveys and produce options appraisals;

2) Carry out whole of life costing;

3) Produce detailed technical design briefs, technical standards and engineering specifications;

4) Monitor the work of consultants and contractors including review technical designs for lifts and vertical transportation and undertake site inspections and witnessing;

5) Audit of planned preventative and re-active maintenance contractor performance.

The appointed consultancy will undertake periodic reviews of lift traffic analysis of the entire estate (including newly acquired buildings), produce briefing documents, quality standards and specifications for procurement of lift delivery teams, evaluate proposals from the appointed lift delivery teams, undertake inspections and site surveys, produce whole of life costing appraisals, and undertake performance audits of the maintenance contractor. The consultant will be required to provide design peer review and inspection services on all RIBA stages for lift projects across the Parliamentary Estate. All staff working on lifts will have qualifications and accreditation specific to the Lifts and vertical transportation industry as required by BS7255 Safe Working on Lifts. They should be able to fully deliver all elements of their role including work and inspections in the lift shaft. The contract will be on a lump sum basis for core services with provisional fees for optional services. Estimated value of works for the initial term is 240 000 GBP ex. VAT. Contract performance will be monitored quarterly against set Key performance indicators (KPIs), and an annual contract review will take place.

Full notice text

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

1 Floor, Richmond House

London

SW1A 0AA

UK

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

Telephone: +44 2072191600

E-mail: ppcs@parliament.uk

NUTS: UKI32

Internet address(es)

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

Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge 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 electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Parliament UK

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

GSV1814-Provision of Peer Review Lift Consultancy Services to the Parliamentary Estate

Reference number: GSV1814

II.1.2) Main CPV code

71310000

 

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 (the ‘Contracting Authority’) seeks expressions of interest from suitability qualified and experienced economic operators to enter into a long-term agreement (Authority’s reference: GSV1814) for lift engineering consultancy services across the Houses of Parliament Estate (comprising of 84 lifts). The consultant will act on behalf of the authority to provide specialist services for the on-going planned and reactive works to the buildings within the estate, projects of which will include building refurbishment, new build and maintenance projects. The projects and services will utilise the RIBA Plan of Work 2013 and will be carried out to BIM Level 2 in compliance with cyber and physical security requirements. The appointment will be under a NEC3 Professional Services Contract.

II.1.5) Estimated total value

Value excluding VAT: 240 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50750000

42416100

71321000

II.2.3) Place of performance

NUTS code:

UKI32


Main site or place of performance:

II.2.4) Description of the procurement

The majority of buildings on the authority’s estate are Grade I and Grade II listed buildings, therefore requiring some historic building conservation experience. The consultant to be appointed will be have a proven track record of working on projects involving prestigious buildings of significant historical interest, with demonstrable experience of having integrated innovative lift engineering solutions, within conservation/listed building constraints. The services of a specialist lift consultant is required for a period of up to 3 years (which may be subject to extension) to produce detailed technical design briefs, scoping documents and engineering specifications, peer review technical designs for lifts and vertical transportation on all projects on the Parliamentary Estate, and to audit the performance of the planned preventative and reactive maintenance contractor. The lift consultant will support the parliamentary design authority in its role as custodian of the lift engineering infrastructure on the Parliamentary Estate to develop technical standards and a long-term strategy for lift modernisation. The role of the appointed consultant will be to maintain and update these documents at least once a year and ensure compliance to these documents by design and delivery teams and to keep the authority abreast of developments in the industry. The Services required are broadly defined as follows:

1) Undertake traffic analysis and condition surveys and produce options appraisals;

2) Carry out whole of life costing;

3) Produce detailed technical design briefs, technical standards and engineering specifications;

4) Monitor the work of consultants and contractors including review technical designs for lifts and vertical transportation and undertake site inspections and witnessing;

5) Audit of planned preventative and re-active maintenance contractor performance.

The appointed consultancy will undertake periodic reviews of lift traffic analysis of the entire estate (including newly acquired buildings), produce briefing documents, quality standards and specifications for procurement of lift delivery teams, evaluate proposals from the appointed lift delivery teams, undertake inspections and site surveys, produce whole of life costing appraisals, and undertake performance audits of the maintenance contractor. The consultant will be required to provide design peer review and inspection services on all RIBA stages for lift projects across the Parliamentary Estate. All staff working on lifts will have qualifications and accreditation specific to the Lifts and vertical transportation industry as required by BS7255 Safe Working on Lifts. They should be able to fully deliver all elements of their role including work and inspections in the lift shaft. The contract will be on a lump sum basis for core services with provisional fees for optional services. Estimated value of works for the initial term is 240 000 GBP ex. VAT. Contract performance will be monitored quarterly against set Key performance indicators (KPIs), and an annual contract review will take place.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: No

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: 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

Suppliers are required to download the non-disclosure deed (NDD) from the portal before accessing the ITT documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received.

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:

III.2) Conditions related to the contract

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: 06/09/2019

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: 06/09/2019

Local time: 12:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The ITT documents will be accessible at the Houses of Parliament’s e-procurement portal: http://in-tendhost.co.uk/parliamentuk

Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via email are not acceptable. To access these documents select the tender reference GSV1814 in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, 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 In-Tend 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 PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)2072191600 for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12.00 noon UK time on the 6.9.2019. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR. Suppliers are required to download the non-disclosure deed (NDD) from the portal before accessing the ITT documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received.

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:

VI.5) Date of dispatch of this notice

06/08/2019

Coding

Commodity categories

ID Title Parent category
71310000 Consultative engineering and construction services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways

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.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ppcs@parliament.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.