Opportunity

Victoria Tower Fabric Safety Project

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

F02: Contract notice

Notice reference: 2023/S 000-014642

Published 23 May 2023, 1:59pm



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

Palace of Westminster

London

SW1A 0AA

Contact

K Lynch

Email

lynchkc@parliament.uk

Telephone

+44 2072194428

Country

United Kingdom

NUTS code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

one.4) Type of the contracting authority

Other type

UK Parliament

one.5) Main activity

Other activity

UK Parliament


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Victoria Tower Fabric Safety Project

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement is to appoint a contractor under a single-stage NEC4 Option B contract (with secondary clauses and amendments), to deliver temporary works, and subsequent conservation and repair work, to the Victoria Tower.

two.1.5) Estimated total value

Value excluding VAT: £95,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111290 - Primary works for services
  • 45111291 - Site-development work
  • 45111300 - Dismantling works
  • 45212300 - Construction work for art and cultural buildings
  • 45212350 - Buildings of particular historical or architectural interest
  • 45212353 - Palace construction work
  • 45223210 - Structural steelworks
  • 45261910 - Roof repair
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262510 - Stonework
  • 45262511 - Stone carving
  • 45262512 - Dressed stonework
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings
  • 45453000 - Overhaul and refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

UK London

two.2.4) Description of the procurement

This procurement is to appoint a contractor under a single-stage contract, to deliver temporary works, with subsequent conservation and repair work.

The temporary works includes design, site logistics, site set up, hoardings, temporary electrics, piling, groundworks, enabling works, crash deck scaffolding removal , primary steel support trusses and towers, full scaffolding / protection, and stone cleaning.

The subsequent conservation and repair scope of works includes: stone repairs, decorating, gilding and other miscellaneous works, roof (cast iron tiles and supporting structure, skylight, fall arrest system), windows refurbishment, metalwork restoration, fire stopping, MEP and adaptions to existing MEP equipment, waterproofing to balconies, guttering, rainwater pipe's & leadwork, pigeon netting, flagpole repair works, temporary flagpole, removal of scaffolding and site reinstatement.

Interested providers who wish to participate in this procurement are requested to download and review the documents available on Contracting Authorities procurement portal - https://in-tendhost.co.uk/parliamentuk/aspx/Home

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £95,000,000

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

Duration in months

78

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The procurement documents are available for download from the Contracting Authorities electronic procurement portal link provided above.

The Contracting Authority will complete the RIBA stage 4 design of the main works, to provide a robust technical design for issue at ITT stage.

The Contracting Authority will maintain design responsibility for all the fabric related design throughout the project lifecycle (with the exception of specialist Contractor's Design items which will be defined during the process). The RIBA Stage 4 design for the scaffold and associated temporary works will be developed by the Contractor who will assume overall design responsibility for these packages inclusive of piling.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-009241

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

Date

20 June 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 September 2023

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The SQ and ITT documentation will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. SQ and tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable.

To access these documents, select the tender reference BCE1119 - Victoria Tower Fabric Safety Project 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 PCD Business Support team via email: pcd@parliament.uk or call +44 (0)207 219 1600 for further assistance.

You are advised to allow sufficient time when responding to the SQ and ITT. Late SQs and 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.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

Strand

London

Country

United Kingdom