Opportunity

Multi-Disciplinary Design Services

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

F02: Contract notice

Notice reference: 2022/S 000-021189

Published 3 August 2022, 8:19am



The closing date and time has been changed to:

2 September 2022, 12:00pm

See the change notice.

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

Houses of Parliament

LONDON

SW1A 0AA

Contact

Scott Rossiter

Email

rossiters@parliament.uk

Telephone

+44 2072191516

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

Buyer's address

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

one.3) Communication

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Parliament


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multi-Disciplinary Design Services

Reference number

FWK1146

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) intend to establish a bicameral parliamentary framework agreement through which they can secure the services of suitably qualified and experienced multidisciplinary design service providers via call-off contracts, acting jointly or individually.

The Delivery Authority shall also be entitled to issue call-off contracts under the framework agreement.

To increase access to specialists, the services will be procured through five lots: (i) Mechanical and Electrical Plant (MEP) engineering services; (ii) civil and structural engineering design services; (iii) conservation, architecture and heritage services (iv) control systems and electronic system engineering services; and (v) fire engineering services.

The core services that are required include, but are not limited to: Lead Designer; Architectural Services; Mechanical and Public Health Engineering; Electrical Engineering; Control Systems and Electronics Engineering; Structural and Civil Engineering; Structural and Civil Engineering; Fire Engineering and NEC4 Supervisor.

Supplementary specialist services will also be required to achieve a fully integrated design service / solution for the wide and diverse nature of projects and programmes that will be undertaken.

These specialist services may include but not limited to

• Archaeological Surveys

• Archaeological Watching Briefs

• Asbestos Consultancy Services

• Audio Visual (AV) Services

• BREEAM Consultancy Services

• WELL Building Consultancy Services

• Catering Design and Specification Services

• Ecology Services

• Landscape Architect Services

• Religious Services

• Security (Building Fabric)

• SKA Assessment

• Topographical Surveys

• Traffic and Transport Impact Assessments

• Unexploded Ordnance (UXO) Services

• Workspace Planning Services

• Third Party Assurance for Specialist Services (such as CFD validation (Fire) and fire suppression design and installation assurance)

• Drone surveys

• Town Planning Consultant inclusive of: Planning consultancy (including statutory planning applications)

• Health and Safety Consultant inclusive of:

o Disability equality duties under the Equality Act 2010

o Health & Safety Advisor

o Supervisor role

• Acoustic Engineer inclusive of:

o Acoustic engineering

• Noise surveys, studies and assessments

• Other Specialist Services: Any other specialist consultancy services or specialist surveys which may be required.

It is envisaged that for individual call-off contracts awarded under the framework agreement, a Lead Designer will be appointed (from the most appropriate lot) at Gate 0 - 1 (RIBA Plan of Work 2020). On appointment, the Lead Designer will take sole responsibility for delivery of design scope whether design services are subcontracted or not.

It is further envisaged that the Lead Designer will endeavour to use other framework suppliers save in circumstances that capacity or capability is not available to support the efficient and effective delivery for a diverse range of projects that sit within the medium-term investment plan of the estate. Whilst this is how the Authority envisages the framework will operate, it reserves its right to alter this approach for projects throughout the life of the framework agreement.

Additional detail on the proposed operation of the framework agreement is contained within the procurement documentation.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Mechanical & Electrical Plant (MEP) Engineering Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71314100 - Electrical services
  • 71314310 - Heating engineering services for buildings
  • 71315100 - Building-fabric consultancy services
  • 71315210 - Building services consultancy services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71316000 - Telecommunication consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 71322200 - Pipeline-design services
  • 71323100 - Electrical power systems design services
  • 71323200 - Plant engineering design services
  • 71326000 - Ancillary building services
  • 71327000 - Load-bearing structure design services
  • 71331000 - Drilling-mud engineering services
  • 71332000 - Geotechnical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71335000 - Engineering studies
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71351100 - Core preparation and analysis services
  • 71351500 - Ground investigation services
  • 71351610 - Meteorology services
  • 71351800 - Topographical and water divining services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71354300 - Cadastral surveying services
  • 71355000 - Surveying services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251110 - Fire-prevention services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90522000 - Services relating to contaminated soil
  • 90650000 - Asbestos removal services
  • 90713000 - Environmental issues consultancy services
  • 90714200 - Corporate environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced Mechanical and Electrical Plant (MEP) engineering services suppliers to undertake scope that includes but may not be limited to:

• provision of comprehensive and fully coordinated electrical engineering design services covering core High Voltage (HV) & Low Voltage (LV) systems

• provision of comprehensive and fully coordinated specialist designs for Vertical Transportation (VT)

• provision of comprehensive and fully coordinated specialist designs for Electrical Resilience. In producing designs for resilience, conduct thorough investigations and all required steps for risk mitigation, Hazard and Operability Study (HAZOPS) and stress testing within the Parliamentary standard to obtain acceptance of design

• regular engagement with Contracting Authority and other client technical stakeholders, and participation in Contracting Authority Reviews. process through all RIBA stages, providing design deliverables in accordance with BSRIA BG6 - A Design Framework for Building Services.

• provision of feasibility reports to RIBA 2 with a recommendation for the Contracting Authority

• provision of Lead Design, design management and integration where required by the contracting authority

• provision of client monitoring support during site phases up to RIBA 7, or upon Handover to the Main Contractor

• capability to model building services engineering to Building Information Modelling (BIM) Level 2 in REVIT Software and assist the main contractor in coordinating this design which may include CDP elements.

• production and review of design calculations/schedules, risk assessments, and all necessary design supporting information relevant to the stage of design, as proof of concept for design

• conduct internal QA reviews, providing QA sign off designs, and sign off sheets in accordance with BSRIA BG6 pro formats at every RIBA design stage.

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: £12,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Civil & Structural Engineering service

Lot No

2

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314310 - Heating engineering services for buildings
  • 71315100 - Building-fabric consultancy services
  • 71315210 - Building services consultancy services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71316000 - Telecommunication consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 71322200 - Pipeline-design services
  • 71323100 - Electrical power systems design services
  • 71323200 - Plant engineering design services
  • 71326000 - Ancillary building services
  • 71327000 - Load-bearing structure design services
  • 71332000 - Geotechnical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71335000 - Engineering studies
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71351100 - Core preparation and analysis services
  • 71351220 - Geological consultancy services
  • 71351500 - Ground investigation services
  • 71351610 - Meteorology services
  • 71351800 - Topographical and water divining services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71353200 - Dimensional surveying services
  • 71354300 - Cadastral surveying services
  • 71355000 - Surveying services
  • 71356400 - Technical planning services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251110 - Fire-prevention services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90522000 - Services relating to contaminated soil
  • 90650000 - Asbestos removal services
  • 90713000 - Environmental issues consultancy services
  • 90714200 - Corporate environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced civil and structural engineering services suppliers to undertake scope that includes but may not be limited to:

• Structural Tests and Analysis for existing buildings and new projects

• Structural and civil engineering design solutions in historic environments and new construction projects

• Provision of Lead Design, design management and integration where required by the contracting authority

• Conservation and heritage structural repairs

• Temporary structure design

• Structural calculations

• Structural Engineering solutions that meet the IHSE BIM Vision.

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: £6,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Conservation, architecture and Heritage Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314310 - Heating engineering services for buildings
  • 71315100 - Building-fabric consultancy services
  • 71315210 - Building services consultancy services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71316000 - Telecommunication consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 71322200 - Pipeline-design services
  • 71323100 - Electrical power systems design services
  • 71323200 - Plant engineering design services
  • 71325000 - Foundation-design services
  • 71326000 - Ancillary building services
  • 71327000 - Load-bearing structure design services
  • 71332000 - Geotechnical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71335000 - Engineering studies
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71351100 - Core preparation and analysis services
  • 71351220 - Geological consultancy services
  • 71351500 - Ground investigation services
  • 71351610 - Meteorology services
  • 71351800 - Topographical and water divining services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71354300 - Cadastral surveying services
  • 71355000 - Surveying services
  • 71356400 - Technical planning services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251110 - Fire-prevention services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90522000 - Services relating to contaminated soil
  • 90650000 - Asbestos removal services
  • 90713000 - Environmental issues consultancy services
  • 90714200 - Corporate environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced conservation, architecture and heritage services suppliers to undertake scope that includes but may not be limited to:

• Inspections, reporting and managing recommendations for repairs of the Listed built assets where required

• Provision of Lead Design, design management and integration where required by the contracting authority

• Project delivery and advice on scheduled refurbishments, projects and works involving Listed built assets

• Design proposals that meet both the functional requirements of the brief, conservation standards applicable to the Parliamentary Estate and statutory approvals

• Town planning including LBC (Local Borough Council) applications for listed buildings and heritage settings

• Technical design solutions that can be delivered within the constraints of an operational estate with historic buildings, existing infrastructure, and established business as usual requirements

• Design solutions that meet the IHSE BIM Vision, Sustainability standards and targets

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: £30,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Control Systems and Electronic System Engineering Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314310 - Heating engineering services for buildings
  • 71315100 - Building-fabric consultancy services
  • 71315210 - Building services consultancy services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71316000 - Telecommunication consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 71322200 - Pipeline-design services
  • 71323100 - Electrical power systems design services
  • 71323200 - Plant engineering design services
  • 71325000 - Foundation-design services
  • 71326000 - Ancillary building services
  • 71327000 - Load-bearing structure design services
  • 71332000 - Geotechnical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71335000 - Engineering studies
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71351100 - Core preparation and analysis services
  • 71351220 - Geological consultancy services
  • 71351500 - Ground investigation services
  • 71351610 - Meteorology services
  • 71351800 - Topographical and water divining services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71353200 - Dimensional surveying services
  • 71354300 - Cadastral surveying services
  • 71355000 - Surveying services
  • 71356400 - Technical planning services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251110 - Fire-prevention services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90522000 - Services relating to contaminated soil
  • 90650000 - Asbestos removal services
  • 90713000 - Environmental issues consultancy services
  • 90714200 - Corporate environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced control systems and electronic system engineering services suppliers to undertake scope that includes but may not be limited to:

• specialist design services for control systems, Building Management Systems (BMS), Supervisory Control and Data Acquisition (SCADA), etc.

• development of functional design and user requirement- documents

• production of schematic, loop, wiring drawings where required

• Continuous Integration (C&I) System Design - circuit diagrams, panel general arrangements, detail schedules

• Data & Voice System Design and specification

• Programmable Logic Controller and Supervisory Control and Data Acquisition (PLC & SCADA) Systems Software Design

• Industrial Safety Systems

• Site Services Interface Design

• Provision of Lead Design, design management and integration where required by the contracting authority

• security systems design

• Continuous Integration (C&I) testing and commissioning

• Carry out feasibility / option studies as required.

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: £6,000,000

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

Duration in months

48

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) Description

two.2.1) Title

Fire Engineering Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71311100 - Civil engineering support services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71314100 - Electrical services
  • 71314310 - Heating engineering services for buildings
  • 71315100 - Building-fabric consultancy services
  • 71315210 - Building services consultancy services
  • 71315400 - Building-inspection services
  • 71315410 - Inspection of ventilation system
  • 71316000 - Telecommunication consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 71322200 - Pipeline-design services
  • 71323100 - Electrical power systems design services
  • 71323200 - Plant engineering design services
  • 71326000 - Ancillary building services
  • 71327000 - Load-bearing structure design services
  • 71332000 - Geotechnical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71335000 - Engineering studies
  • 71337000 - Corrosion engineering services
  • 71340000 - Integrated engineering services
  • 71351100 - Core preparation and analysis services
  • 71351500 - Ground investigation services
  • 71351610 - Meteorology services
  • 71351800 - Topographical and water divining services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71354300 - Cadastral surveying services
  • 71355000 - Surveying services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251110 - Fire-prevention services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90522000 - Services relating to contaminated soil
  • 90650000 - Asbestos removal services
  • 90713000 - Environmental issues consultancy services
  • 90714200 - Corporate environmental auditing services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced fire engineering and fire safety engineering services suppliers to undertake scope that includes but may not be limited to:

• Design proposals that meet the functional requirements of the brief, fire safety and fire engineering standards applicable to the Parliamentary Estate and statutory approvals

• Fire Safety Engineering design solutions in historic environments and new construction projects (including fire strategies)

• Fire Tests and Analysis of existing building elements

• Fire Risk Assessments to inform fire engineering design and fire safety engineering strategies

• Temporary structure fire safety design and construction phase fire strategies and fire risk assessment

• Production of schematic drawings detailing fire safety systems (active and passive)

• Fire Detection & Voice alarm System Design and specification

• Fire Suppression System Design and specification (including third party assurance where specialist systems, such as misting, is proposed)

• Technical design solutions that can be delivered within the constraints of an operational estate with historic buildings, existing infrastructure, and established business as usual requirements

• Fire safety engineering calculations and computational modelling

• Site Surveys

• Provision of Lead Design, design management and integration where required by the contracting authority

• Carry out feasibility/ option studies as required.

• Commissioning and handover assurance in accordance with Parliamentary fire safety Standards

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: £6,000,000

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

Duration in months

48

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


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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 000-004034

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

Originally published as:

Date

19 August 2022

Local time

12:00pm

Changed to:

Date

2 September 2022

Local time

12:00pm

See the change notice.

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

English


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 FWK1146 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 PPCS Business Support team via email: ppcs@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.

Potential suppliers should note that the contracting authority is currently finalising its strategy to re-procure and / or secure services of "Project Management and Cost Management" (PMCM) services framework agreement (expired framework ref. FWK1093). If the contracting authority proceeds with re-procurement of this expired PMCM framework agreement, potential suppliers should note that the contracting authority will be unable to accept a position for call-off contracts under either this framework agreement (FWK1146) or the future PMCM framework agreement where a supplier manages services provided by their own organisation or affiliates or certifies payment for the same.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom