Tender

STC1155 Provision of Critical Services

  • The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons, acting jointly

F02: Contract notice

Notice identifier: 2022/S 000-010774

Procurement identifier (OCID): ocds-h6vhtk-0330b4

Published 26 April 2022, 6:49pm



Section one: Contracting authority

one.1) Name and addresses

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons, acting jointly

The Parliamentary Estate

London

SW1A 0AA

Contact

Peter Linge

Email

ppcs@parliament.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

http://in-tendhost.co.uk/parliamentuk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://in-tendhost.co.uk/parliamentuk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://in-tendhost.co.uk/parliamentuk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

STC1155 Provision of Critical Services

Reference number

STC1155

two.1.2) Main CPV code

  • 79417000 - Safety consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The supplier will be required to manage the assessments, appointment and re-appointment of new and existing Authorised Persons (AP’s) using the current Safety Rules to ensure on-going compliance. The disciplines involved include HV; LV (complex systems and generation); Steam and Pressure Systems; Confined Spaces; POL (35 second fuel oil); work at height and on roofs; and access to and work in confined and restricted spaces.They will also undertake audits of the AP’s and the use of the safety documentation and report to Parliamentary Estates stating how compliantly it is being operated and managed and identifying aspects requiring improvement.The Authorised Engineers will review recent examples of safety documentation raised by AP’s and will report on these in terms of their accuracy completeness and adequacy to meet the requirements of the Safety Rules.The appointed Consultancy will also undertake a fundamental review of the existing Safety Rules, Procedures, Permit to Work System

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

Parliamentary Estate, London SW1

two.2.4) Description of the procurement

The supplier will be required to manage the assessments, appointment and re-appointment of new and existing Authorised Persons (AP’s) using the current Safety Rules to ensure on-going compliance. The disciplines involved include HV; LV (complex systems and generation); Steam and Pressure Systems; Confined Spaces; POL (35 second fuel oil); work at height and on roofs; and access to and work in confined and restricted spaces.They will also undertake audits of the AP’s and the use of the safety documentation and report to Parliamentary Estates stating how compliantly it is being operated and managed and identifying aspects requiring improvement.The Authorised Engineers will review recent examples of safety documentation raised by AP’s and will report on these in terms of their accuracy completeness and adequacy to meet the requirements of the Safety Rules.The appointed Consultancy will also undertake a fundamental review of the existing Safety Rules, Procedures, Permit to Work Systems and documentation. It is anticipated that this review will identify changes to the Safety Rules, Documentation and Procedures and result in them being more consistent and easier to use. The forms and supplementary documents by which are an integral part of the system documentation are also to be reviewed.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £425,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

From January 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

27 May 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 May 2022

Local time

12:00am

Place

Parliamentary Estate


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: From 2027

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom