Other: The duties set out in s3(4) of the Parliamentary Buildings (Restoration and Renewal) Act 2019
Lot No: 1
II.2.1) Title
Civil and Structural Surveys
II.2.2) Additional CPV code(s)
45262600
45443000
71250000
71312000
71355000
71510000
71631400
71700000
71900000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used by the R&R Programme.
II.2.4) Description of the procurement
A Contractor on this Lot will undertake structurally intrusive surveys at the Palace of Westminster. This is a heritage environment (Grade I listed building), which has significant
constraints on access and security restrictions. The structurally intrusive investigations will be undertaken to obtain information on the geometry, physical properties, performance and condition of masonry elements, reinforced concrete structures, precast concrete elements, core and material (dust) sampling and testing, brick/stone and paint specimens; the presence of hidden voids; the geometry, physical properties and condition of steel and iron elements, timber elements, 19th century ceilings and raised floors; the condition of flat roofs, buildups and materials for room finishes; services distribution routes; the Contractor
will undertake NDT, coring, radar scanning, GRP and GRS. These surveys will provide data on the structure of the building, compartmentation and the loading of floors. Intrusive structural surveys will also be undertaken to determine the physical property and condition of boundary and internal fencing including foundations. Intrusive surveys will be undertaken to establish properties and conditions of hatches, ceiling types, hidden voids, chimney pieces, fire places, cast iron and cast iron protection surrounds; fixings, glazing and weatherings of windows. The Contractor may also be required to undertake a survey of the
façade; curtain walling, external doors, lead spandrel panels, insulated glazing units, brise soleils, balustrade and guardrails, entrance canopy, roof plant enclosures, louvres; fire compartmentation; junction of the slab edge with the external wall / façade, junction of the floor slab with any protected shaft / riser, life shafts, fire stopping of any openings in the floor
slab, integrity of the protected staircase, integrity of protected shaft / risers and fire stopping of any service penetrations, integrity of protected lobbies to staircases and lifts, fire door condition survey, integrity of compartment walls and fire stopping of service penetrations, provision and condition of cavity barriers in concealed voids including ceiling and floor voids, investigation of basement natural smoke vent. The Contractor will undertake
similar intrusive structural surveys in other locations outside the Palace of Westminster, including but not limited to the QEII conference centre. Surveys will also include waterproofing and movement joint surveying, minor external excavations below ground level; core and material (dust) sampling and testing; lead paint survey; hanger casing removal and testing; fire hydrants and routes surveys. The Contractor shall produce BIM execution plans, fully dimensioned and annotated drawings and tagged photographs and interpretive reports. Tests are to be carried out in accredited laboratories. The Contractor will provide suitable qualified personnel to carry out investigations and testing, record and report findings and input into BIM. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for
this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details of the requirements for the Part One and Part Two Tenders will be produced by the
Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework
Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 2
II.2.1) Title
Ground Investigation and Geotechnical Surveys
II.2.2) Additional CPV code(s)
45111250
45113000
45120000
63712700
71351100
71351200
71351500
71352000
71355000
71510000
71630000
71700000
71900000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used by the R&R Programme
II.2.4) Description of the procurement
The Contractor shall provide geotechnical and geo-environmental data for design development. Works will take place in a heritage environment (Grade I listed building), with significant constraints on access and security restrictions. No gross contamination of the soil or groundwater is suspected, though local contamination by hydrocarbons in some areas of the site has been reported. Works will in general be undertaken to the UK Specification for
Site Investigations, published by the ICE, to be the edition current at the time of the works, unless agreed otherwise. Typical requirements will include; Utility surveys in accordance with PAS128 (Survey Type B: detection as a minimum; survey Type A: verification may be required); Enabling works to include breaking out, careful removal, storage and replacing of materials, erection of protective tracking or other materials, and making good upon
completion of the works. Hand digging of starter pits at all investigation locations.
Excavation of trial pits by machine or by hand, for geotechnical, geoenvironmental and structural purposes, the construction of a number of exploratory boreholes using techniques to include Cable Percussion boring and Wireline Coring, and potentially Sonic Coring, construction of boreholes using window-sampling and windowless sampling, for geotechnical and geo-environmental investigations, completion of field testing (to include SPTs and variable head permeability testing) within the boreholes, recovery of disturbed and undisturbed samples, logging and photographing of samples, the extruding, splitting,
logging and photographing of cores and other samples from selected boreholes, installation and monitoring of standpipes, standpipe piezometers, vibrating wire piezometers, gas
monitoring standpipes, and subsequent permeability testing. Determination of soil moisture content, groundwater flow rates and temperatures, monitoring and sampling of ground water to determine chemistry, including for aggressive ground conditions and for geoenvironmental purposes, and to provide an accurate record of groundwater levels over time. Sampling of hazardous or volatile materials if encountered / suspected, for chemical analysis, including by PID (headspace analysis), monitoring and if applicable sampling of gas wells, Self-boring pressuremeter tests, laboratory testing of soil samples for geotechnical purposes, including routine classification, strength and stiffness testing, and also for 'advanced' testing (for example for small strain stiffness), laboratory testing of soil samples for geo-environmental purposes including waste classification, the supply of all field and laboratory data in digital format (including provision of AGS data to AGS 4.1 standard where practical), completion of a Ground Investigation Report (as per BS EN1997-1 / Eurocode 7) and completion of a topographic survey. The Contractor will provide surveys in other locations outside the Palace of Westminster, including but not limited to the QEII
conference centre. These surveys will include trial pits to identify position of LUL assets and trial pits in the highway, providing traffic management services and setting out any below
ground services, and provision of geotechnical data. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework
Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details of the requirements for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 3
II.2.1) Title
Instrumentation and Monitoring
II.2.2) Additional CPV code(s)
45262600
71250000
71350000
71700000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used by the R&R Programme.
II.2.4) Description of the procurement
The Contractor will undertake monitoring in a heritage environment (Grade I listed building), with high levels of security. There are significant constraints on access and the placing and
management of monitors. The Contractor shall provide and install automated instrumentation and record and analyse monitoring data to determine the amplitude of any seasonal, tidal and or diurnal movement (to be measured hourly), and background
movement of the structure, for design development and a baseline for future construction activities. The Contractor will minimize any disruption or disturbance to the protected historic fabric, or personnel working within the Palace of Westminster; will limit the requirements for on-site interventions; provide a flexible approach to reconfiguration / adjustment; minimize the project's environmental impact; acquire, store and present data utilising secure data transmission protocols and methodologies; allow for adoption by parties in the future. The Contractor will provide instrumentation and monitoring in other locations, including the QEII conference centre, to establish a baseline for future
construction activities. The Contractor should be able to propose monitoring configurations that can be adapted if the structure is covered by a scaffold during the monitoring period.
The Contractor will install the instrumentation using fixings and brackets, with bespoke design if required, which are fully removable causing minimal damage to the ashlar stonework façades. The Contractor shall provide a software platform for the Delivery Authority to plot and view the monitoring data on a continuous basis. The Contractor will ensure that the methodologies for installation, maintenance an decommissioning follow the hierarchy of controls in the Working at Height Regulations. Future monitoring (e.g. vibration monitoring during construction) is likely to require additional methods. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details of the requirements
for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates
to tender for this Lot and award three places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 4
II.2.1) Title
Environmental Surveys
II.2.2) Additional CPV code(s)
45262600
71313000
71355000
71510000
71630000
71900000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used by the R&R Programme.
II.2.4) Description of the procurement
The Contractor will undertake environmental condition surveys in a heritage environment (Grade I listed building), with high levels of security. There are significant constraints on access and the placing and management of monitors. The Contractor shall provide, amongst other services, the measurement and monitoring of nuisance related factors (dust, noise and vibration) and the measurement and monitoring of air pollutant concentrations (NOx, SOx), and particular matter (PM10 and PM2.5) within and immediately outside the Palace of Westminster boundary; provide measurement of radon gas; noise surveys; monitoring of interior high level and low-level temperature and humidity; technical viability and feasibility of renewable technologies. Similar surveys shall be undertaken at other locations including the QEII conference centre. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details of the requirements for the Part One and Part Two Tenders will be produced by the Delivery
Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for
this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 5
II.2.1) Title
Asbestos Removal
II.2.2) Additional CPV code(s)
45262660
71630000
71900000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used the R&R Programme.
II.2.4) Description of the procurement
The Contractor on this Lot shall undertake all works and services required for the removal, transportation and disposal of asbestos. These works will take place in a heritage environment (Grade I listed building), which has significant constraints on access and high levels of security. All works undertaken as part of the Lot will be undertaken by a Contractor who must hold a current asbestos removal license issued by the HSE (including non notifiable works), and must undertake all works directly. It will not be acceptable for a nonlicensed sub-contractor to undertake any works, except with the prior written approval of the Delivery Authority. Similar works shall be undertaken at other locations including the QEII conference centre. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and
Part Two will be a Tender for the first Call-Off Contract for this Lot.
Further details of the requirements for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the
Framework Agreement is to ensure that the Delivery Authority can use the Framework
Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 6
II.2.1) Title
Mechanical, Electrical and Public Health Surveys
II.2.2) Additional CPV code(s)
45262600
71250000
71314100
71315300
71315400
71315410
71355000
71510000
71630000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used the R&R Programme
II.2.4) Description of the procurement
The Contractor shall undertake surveys in a heritage environment (Grade I listed building), which has significant constraints on access and high levels of security. The Contractor shall undertake condition and performance surveys for primary/secondary mechanical services including the Heating, Ventilation, Air Conditioning system, HWS/CWS . The survey shall report how long the plant will remain in operational use, if maintained inline with the PPM schedule. Surveys will document the make and model of all assets in each system, assess its current condition and visually assess its current performance setting and assess the
maximum performance capacity of the installation. Surveys include the pipe sizes and flow capacities of the pipework installations plus, foul waste system including invert levels, any attenuation tanks / storage tanks and any fire suppression system (sprinkler/mist system).
The Contractor shall undertake a condition/ performance/ spare capacity surveys for primary/secondary HL/LV small power installation in the building and document the cable sizes, breaker sizes and settings including available spare ways in the panel and distribution boards. Surveys include a one month long log of the maximum demand of the building and primary distribution boards. The Contractor shall undertake a condition/ performance/ spare
capacity surveys for fire alarm system, access control and CCTV installations and document the standard of installation achieved for the fire alarm system, areas covered and spare capacity on the loops. The Contractor shall advise on open protocol software configurations for access control and CCTV. The Contractor shall undertake heat mapping surveys, thermal monitoring, surveys of acoustics from plant, surveys of existing lift services, lightning
protection surveys and thermographic surveys. The above surveys shall also be undertaken in other locations outside the Palace of Westminster, including but not limited to the QEII conference centre. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details
of the requirements for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 7
II.2.1) Title
Archeology
II.2.2) Additional CPV code(s)
45262600
71250000
71351720
71351811
71351914
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used the R&R Programme
II.2.4) Description of the procurement
The Contractor shall undertake a programme of invasive archaeological evaluation through trial trenching and test pitting; provision of all necessary consenting documentation (WSI, RAMS), fieldwork and post excavation analysis, assessment, reporting and archiving of the findings and provide support for on-going watching briefs during the various surveys being undertaken within the Palace of Westminster. Invasive work may also extend to the fabric of the building, including analysis and identification of historic structures and materials that may be impacted by or revealed through the Programme works. Watching briefs may include both ground investigation works and/or any exploratory works to the fabric of the building where there is a potential for remains of archaeological interest to be encountered. The archaeologist shall excavate trial trenches / test pits up to 2-3m in depth to penetrate the made-ground; provide all measures required for safe excavation to this depth including through shoring/water management; undertake excavations in courtyards and make good to paving. Works will be undertaken in a heritage environment (Grade I listed building / Tier 1 archaeological priority area), which has significant constraints on access and security restrictions. Physical access constraints may limit equipment which can be used; working
hours may be limited and/or non-standard; number and depth of trial holes may be constrained; noise / vibration limits may be lower than standard and there may be a need to make good the site at short notice. All elements of the Lot will be conducted in accordance with the relevant industry standards and guidance of the archaeology industry. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a
place on the Framework Agreement for this Lot and Part Two will be a Tender for the first CallOff Contract for this Lot. Further details of the requirements for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Lot No: 8
II.2.1) Title
General Conservation Contractor
II.2.2) Additional CPV code(s)
45212350
45212353
45216114
45261900
45262100
45262330
45262500
45262510
45262511
45262512
45262670
45311000
45410000
45420000
45431000
45432000
45440000
45453000
45454100
63712700
71250000
71312000
71315300
71315400
71317000
71510000
71520000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
In and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used the R&R Programme
II.2.4) Description of the procurement
The Contractor will be providing works and services in a heritage environment (Grade I listed building), which has significant constraints on access and security restrictions. The Contractor shall provide suitably qualified and experienced staff and be able to demonstrate the capability of any sub-contractors and consultants via relevant accreditations. The Contractor shall provide works and services to facilitate the undertaking of intrusive surveys by others. Works and services will include decanting and return of furniture to working areas; provision and supervision of safe working areas; welfare facilities; protection; scaffolding (simple and complex, including temporary works design) and other equipment for working at height; painter/decorators, plasterers, masons, carpenters with heritage capability for opening up ceilings / voids / floors for access by surveyors and making good after completion of surveys; waste disposal; cleaning; provision of temporary power as required;
traffic management services. Similar works services will also be required at locations outside the Palace of Westminster, including but not limited to the QEII conference centre. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. Further details of the requirements
for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award two places on the Framework Agreement for this Lot.
II.2.5) Award criteria
Cost criterion: Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The term of the Framework Agreement will be for an initial term of four years although the Delivery Authority reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of six years, if access restrictions or programme delays prevent the anticipated surveys from being undertaken in the initial four year term. The justification for any such extension beyond the initial four year term of the Framework Agreement is to ensure that the Delivery Authority can use the Framework Agreement to achieve the intrusive surveys and envisaged scope of work notwithstanding
such a delay.
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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement document
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
No
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
No
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
Yes