Section one: Contracting authority/entity
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
Telephone
+44 2072191516
Country
United Kingdom
Region 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
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.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2022/S 000-021189
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
IV.2.2
Instead of
Date
19 August 2022
Local time
12:00pm
Read
Date
2 September 2022
Local time
12:00pm