Tender

Heritage Collections Storage Services

  • Corporate Officers of the House of Lords and House of Commons

F02: Contract notice

Notice identifier: 2024/S 000-017268

Procurement identifier (OCID): ocds-h6vhtk-040dc8

Published 4 June 2024, 12:08pm



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

Email

pcd@parliament.uk

Telephone

+44 2072198592

Country

United Kingdom

Region code

UKI32 - Westminster

National registration number

210715608

Internet address(es)

Main address

https://www.parliament.uk/

Buyer's address

https://www.parliament.uk/

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

Internet address

http://judiciary.uk/highcourt