Awarded contract

Intrusive Surveys Framework Restoration & Renewal Programme

  • Restoration and Renewal Delivery Authority Ltd

F03: Contract award notice

Notice reference: 2022/S 000-006661

Published 11 March 2022, 9:31am



Section one: Contracting authority

one.1) Name and addresses

Restoration and Renewal Delivery Authority Ltd

Elm Yard, 10-16 Elm Street

London

WC1X0BJ

Email

mariana.apostol@r-r.org.uk

Telephone

+44 2081426921

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

The duties set out in s3(4) of the Parliamentary Buildings (Restoration and Renewal) Act 2019


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Intrusive Surveys Framework Restoration & Renewal Programme

Reference number

DA1058

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy. The Restoration and Renewal Delivery Authority Ltd (the Delivery Authority) is a company limited by guarantee, established for the purpose of fulfilling those duties set out in s.3(4) of the Parliamentary Buildings (Restoration and Renewal) Act 2019.It works to the specifications set by the Parliamentary Works Sponsor Body (the Sponsor Body). The Delivery Authority is in charge of the day-to-day management of contractors and the supply chain and will be the 'Employer' under the Framework Agreement. The Delivery Authority is seeking to establish a multi-supplier Framework Agreement for the provision of intrusive surveys, and associated works and services required to facilitate those surveys, for the R&R Programme. Surveys are to be undertaken in the Palace of Westminster and other buildings outside the Parliamentary Estate which may be used for decant facilities. The Framework Agreement will be awarded in the following Lots:

Lot 1: Civil and Structural Surveys

Lot 2: Ground Investigation and Geotechnical Surveys

Lot 3: Instrumentation and Monitoring

Lot 4 Environmental & Ecological Surveys

Lot 5: Asbestos Removal

Lot 6: Mechanical, Electrical & Public Health

Lot 7: Archaeology

Lot 8: General Conservation Contractor

The scope of these work and services are further detailed in the Pre-Qualification Pack (PQP). The Framework Agreement is being procured by and for the use of the Delivery Authority for the use of the R&R Programme to deliver information for the design and

development of the Palace of Westminster and the QE2 Conference Centre refurbishment.

Surveys will be coordinated and managed by a Construction Manager engaged by the Delivery Authority. The Framework Agreement may also be used by those Contracting Bodies referred to in VI.3 (Additional Information) below.

The Delivery Authority intends to invite 5 Candidates to tender for each Lot and to award 3 places on the Framework Agreement for Lot 1 to 7 and award 2 places on the Framework Agreement for Lot 8.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £79,700,000

two.2) Description

two.2.1) Title

Civil and Structural Surveys

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 45443000 - Facade work
  • 71250000 - Architectural, engineering and surveying services
  • 71312000 - Structural engineering consultancy services
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 71631400 - Technical inspection services of engineering structures
  • 71700000 - Monitoring and control services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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.

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Ground Investigation and Geotechnical Surveys

Lot No

2

two.2.2) Additional CPV code(s)

  • 45111250 - Ground investigation work
  • 45113000 - Siteworks
  • 45120000 - Test drilling and boring work
  • 63712700 - Traffic control services
  • 71351100 - Core preparation and analysis services
  • 71351200 - Geological and geophysical consultancy services
  • 71351500 - Ground investigation services
  • 71352000 - Subsurface surveying services
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 71630000 - Technical inspection and testing services
  • 71700000 - Monitoring and control services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Instrumentation and Monitoring

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 71250000 - Architectural, engineering and surveying services
  • 71350000 - Engineering-related scientific and technical services
  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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.

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Environmental Surveys

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 71313000 - Environmental engineering consultancy services
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 71630000 - Technical inspection and testing services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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.

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Asbestos Removal

Lot No

5

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 71630000 - Technical inspection and testing services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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.

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Mechanical, Electrical and Public Health Surveys

Lot No

6

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 71250000 - Architectural, engineering and surveying services
  • 71314100 - Electrical services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

Archeology

Lot No

7

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 71250000 - Architectural, engineering and surveying services
  • 71351720 - Geophysical surveys of archaeological sites
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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

two.2) Description

two.2.1) Title

General Conservation Contractor

Lot No

8

two.2.2) Additional CPV code(s)

  • 45212350 - Buildings of particular historical or architectural interest
  • 45212353 - Palace construction work
  • 45216114 - Parliament and public assembly buildings
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262330 - Concrete repair work
  • 45262500 - Masonry and bricklaying work
  • 45262510 - Stonework
  • 45262511 - Stone carving
  • 45262512 - Dressed stonework
  • 45262670 - Metalworking
  • 45311000 - Electrical wiring and fitting work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45431000 - Tiling work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45440000 - Painting and glazing work
  • 45453000 - Overhaul and refurbishment work
  • 45454100 - Restoration work
  • 63712700 - Traffic control services
  • 71250000 - Architectural, engineering and surveying services
  • 71312000 - Structural engineering consultancy services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
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

two.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.

two.2.5) Award criteria

Cost criterion - Name: Price / Weighting: 30

two.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.

two.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-006188


Section five. Award of contract

Contract No

DA1058

Lot No

Lot 1

Title

Civil and Structural Surveys

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 December 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Alan Conisbee & Associates

1-5 Offord Street

London

N1 1DH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GB Geotechnics Limited

Unit 2, Downing Park

Swaffham Bulbeck, ,Cambridge

CB25 0NW

Country

United Kingdom

NUTS code
  • UKH12 - Cambridgeshire CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RSK Environment Ltd

65 Sussex Street

Glasgow

G41 1DX

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £32,100,000


Section five. Award of contract

Contract No

DA1058

Lot No

Lot 2

Title

Ground Investigation and Geotechnical Surveys

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 December 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Concept Engineering Consultants ltd

8 Warple Mews, Warple Way

London

W3 0RF

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SOCOTEC UK Ltd

SOCOTEC House,Bretby Business Park, Ashby Road

Burton upon Trent, Staffordshire

DE15 0YZ

Country

United Kingdom

NUTS code
  • UKG24 - Staffordshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Structural Soils Ltd

Spring Lodge,172 Chester Road

Helsby, Cheshire

WA6 0AR

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,700,000


Section five. Award of contract

Contract No

DA1058

Lot No

3

Title

Instrumentation and Monitoring

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Murphy Geospatial UK Ltd

39-41 North Road

London

N7 9DP

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Plowman Craven Limited

2 Lea Business Park, Lower Luton Road

Harpenden, Herts

AL5 5EQ

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Strainstall UK Ltd T/A James Fisher Strainstall

Fisher House, PO Box 4

Barrow-in-Furness, Cumbria

LA14 1HR

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,000,000


Section five. Award of contract

Contract No

DA1058

Lot No

4

Title

Environmental Surveys

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

AECOM Limited

Aldgate Tower, 2Leman Street

London

E1 8FA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000


Section five. Award of contract

Contract No

DA1058

Lot No

5

Title

Asbestos Removal

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 February 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ductclean (UK) Ltd t/a DCUK FM

1 Woodfield Road

Welwyn Garden City

AL7 1JQ

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Erith Contractors Ltd

Erith House, Queen Street

Erith, Kent

DA8 1RP

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

No

five.2.3) Name and address of the contractor

Rhodar Industrial Services Ltd

Unit C, Astra Park, Parkside Lane

Leeds

LS11 5SZ

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,000,000


Section five. Award of contract

Contract No

DA1058

Lot No

6

Title

Mechanical, Electrical and Public Health Surveys

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 January 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CBRE Managed Services Limited

61 Southwark Street

London

SE1 0HL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,700,000


Section five. Award of contract

Contract No

DA1058

Lot No

7

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Museum of London Archaeology

Mortimer Wheeler House, 46 Eagle Wharf Road

London

N1 7ED

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pre-Construct Archaeology Limited

69-71 East Street, Epsom

Epsom, Surrey

KT17 1BP

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,500,000


Section five. Award of contract

Contract No

DA1058

Lot No

8

Title

General Conservation Contractor

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Coniston Limited

Collingwood House,Schooner Court,Crossways

Dartford,Kent

DA2 6QQ

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DBR (London) Ltd

104a Consort Road

London

SE15 2PH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £17,700,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom