Section one: Contracting authority
one.1) Name and addresses
Corporate Officers of the House of Lords and House of Commons
Parliament Square
LONDON
SW1A 0AA
Contact
Parliamentary Commercial Directorate
Telephone
+44 2072198592
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://atamis-ukparliament.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-ukparliament.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Heritage Collections Storage Services
Reference number
GSV2600
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking to lease 3,300 square metres of non-shared floor space, within a secure, object storage facility. This will be for an initial term of 5 years with the optional ability to extend for a period of up to 5 years in 1-year extensions.
The facility must be located within 2 hours travel via public transport of Westminster and allow Parliamentary staff to work within the dedicated spaces. The facility must be fit for the purpose of storing heritage objects within climate-controlled spaces and have an ancillary space for use as a conservation studio. It needs to provide industry-standard, object storage systems (at 3.5m high) with good floor loading (at 5kN/m
2
or above) to enable the efficient storage of different object media. This is likely to necessitate storage on ground floor slab for Architectural Fabric Collection (AFC) objects due to the requirement to move objects via forklift. The Contract will also require transport in GIS-compliant, secure, temperature-controlled vehicles with air-ride suspension, and a regular porterage service up to three times per week with a team of 4-6 technicians.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63121100 - Storage services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Palace of Westminster
two.2.4) Description of the procurement
The Authority is looking to lease 3,300 square metres of non-shared floor space, within a secure, object storage facility. This will be for an initial term of 5 years with the optional ability to extend for a period of up to 5 years in 1-year extensions.
The facility must be located within 2 hours travel via public transport of Westminster and allow Parliamentary staff to work within the dedicated spaces. The facility must be fit for the purpose of storing heritage objects within climate-controlled spaces and have an ancillary space for use as a conservation studio. It needs to provide industry-standard, object storage systems (at 3.5m high) with good floor loading (at 5kN/m
2
or above) to enable the efficient storage of different object media. This is likely to necessitate storage on ground floor slab for Architectural Fabric Collection (AFC) objects due to the requirement to move objects via forklift. The Contract will also require transport in GIS-compliant, secure, temperature-controlled vehicles with air-ride suspension, and a regular porterage service up to three times per week with a team of 4-6 technicians.
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: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 August 2024
End date
4 August 2034
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.2.13) 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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-031059
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2024
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
Tender must be valid until: 5 December 2024
four.2.7) Conditions for opening of tenders
Date
5 July 2024
Local time
1:00pm
Place
Palace of Westminster
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom