Section one: Contracting authority
one.1) Name and addresses
The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)
Parliament Square
LONDON
SW1A 0AA
Contact
Parliamentary Commercial Directorate
Telephone
+44 2072191600
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
Buyer's address
one.3) Communication
Additional information can be obtained from 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
Repairs to the House of Lords Chamber Roof - Main Works (PIN and RFI)
Reference number
BCE1109
two.1.2) Main CPV code
- 45261900 - Roof repair and maintenance work
two.1.3) Type of contract
Works
two.1.4) Short description
The Palace of Westminster, which includes House of Lords Chamber, is an internationally important heritage asset acknowledged in its Grade I listed building designation, and inclusion in a UNESCO World Heritage Site along with Westminster Abbey and St Margaret’s Church.
UK Parliament is looking to tender for the removal, refurbishment or replacement, and re-installation of cast iron roof components, and in-situ repairs to the supporting structure of a large cast iron roof. This notice relates to the Contracting Authority’s intention to appoint a Principal Contractor under a Traditional single stage NEC4 ECC Option B contract (with secondary clauses and client amendments - z clauses). The contract will also include Contractor design of temporary works, scaffold and logistics.
two.1.5) Estimated total value
Value excluding VAT: £21,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44470000 - Cast-iron products
- 45260000 - Roof works and other special trade construction works
- 45111300 - Dismantling works
- 45212350 - Buildings of particular historical or architectural interest
- 45212353 - Palace construction work
- 45262100 - Scaffolding work
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Palace of Westminster, Westminster, London
two.2.4) Description of the procurement
The Palace of Westminster, which includes House of Lords (HoL) Chamber is an internationally important heritage asset acknowledged in its Grade I listed building designation, and inclusion in a UNESCO World Heritage Site along with Westminster Abbey and St Margaret’s Church.
UK Parliament is looking to tender for the removal, refurbishment or replacement, and re-installation of cast iron roof components, and in-situ repairs to the supporting structure of a large cast iron roof. This notice relates to the Contracting Authority’s intention to appoint a Principal Contractor under a Traditional single stage NEC4 ECC Option B contract (with secondary clauses and client amendments - z clauses). The contract will also include Contractor design of temporary works, scaffold and logistics.
The roof over the HoL Chamber and adjacent areas is the largest single cast iron roof at the Palace of Westminster. In plan the roof is over one thousand square metres, made up of over 5,000 individual external cast iron components. A single cast iron tile can weigh 75kg. A comprehensive overhaul of this cast iron roof was carried out in 1996 and it was therefore not included in the subsequent programme of cast iron roof works.
Remedial works were carried out on the roof in 2015 and a survey was undertaken in 2021 which highlighted that the roof was continuing to deteriorate, with failure of the paint system and jointing both internally and externally, potentially allowing water ingress in these areas. Whilst temporary measures are in place, the roof now requires complete refurbishment. This project will ensure that the cast iron roof is repaired, mitigating health and safety risks and preventing irreversible heritage damage. It will also ensure both Houses fulfil their duty of care obligations as custodians of the Grade 1 listed building and part of a UNESCO World Heritage Site
UK Parliament is looking for contractors with demonstrable cast iron roof specialist experience that have the capacity, capability and expertise to carry out the works which comprise of the following:
• Refurbishment & repair of damaged elements of the historic roof structure and components including refurbishment of the cast iron tiles and wrought iron structure,
• Application of an anti-corrosion treatment
• Technical examination of tiles for damage
• Temporary relocation of services (security cameras, lightening protection system) off roof areas and reinstallation on completion of the works.
• Removal of the tiles and other external components and repair and treat them in factory conditions away from site
• Fabricating new replacement cast iron roof components that cannot be repaired.
• Following remedial works, tiles will be returned and reinstated.
• Scaffolding which will be an important part of the works and must provide a weather tight and secure temporary roof
• Design of temporary works, logistics setup and scaffolding taking into account of close proximity of other projects.
• Temporary protection of heritage and artwork
• Full protection will also be required internally within the roof space.
• Removal of asbestos from roof voids (where practical and cost effective)
• Removal of redundant services from roof voids (where practical and cost effective)
• Limited, urgent Health & Safety risk mitigation stone repairs
• Downpipe repairs
• Repair of abutting flat asphalt roofs
• Installation of safe access system
Further details and indicative programme can be found in the RFI (see section II.2.14) Additional Information below for details of how to access).
This PIN seeks to update market engagement previously undertaken in late 2021/early 2022, to further explore and understand the market and engage with suppliers who may be able to undertake the work. Follow up engagement may be undertaken with suppliers as appropriate depending on the information returned in the RFI. The Outline Business Case has now been approved, the consultant team appointed and it is anticipated that the procurement will commence in Q4 this year.
The RFI is for suppliers to provide feedback to inform the procurement process - completion is encouraged but not mandatory for participation in the subsequent procurement, and responses will not be scored in any way. The deadline for submission of responses to the RFI is 12noon on 28th August 2024 (UK time).
two.2.14) Additional information
This notice does not commit or constrain the Contracting Authority to the works described and is not a call for competition. The CPV codes used in this notice may change prior to commencement of the proposed competition.
Please note this is a Prior Information Notice and there are no tender documents to download or submit at this stage, although there is a market engagement RFI which can be completed and submitted - this will not be scored. A tender notice will be issued to the market to signal commencement of the formal procurement process. It is anticipated that this will be in Q4 this year and is likely to fall under the new Procurement Act 2023.
The Parliamentary Commercial Directorate uses an e-tendering portal (hosted by Atamis) to manage its procurement processes. You will need to register on the portal before you can express an interest in any opportunities and view the associated tender documents or PIN RFI as applicable.
The PIN RFI is downloadable free of charge from Atamis: https://atamis-ukparliament.my.site.com/s/Welcome
If your organisation is not already registered on the UK Parliament Atamis portal, please use the URL above and click on the 'Register here' button, registration is free. Guidance on how to register is available via a link beneath the registration button.
Once logged in, click on ‘Find opportunities’ and follow the on-screen instructions. Supplier guidance and support is available once logged in.
To ensure you receive email notifications from our system, please add the email domain 'notifications@atamis.co.uk’ to your Safe Senders list.
The portal does not currently have the ability to generate alerts to registered suppliers when a new opportunity is published, therefore suppliers are encouraged to register as a supplier and subscribe to the notification service available in both Find a Tender and Contracts Finder to ensure they are notified immediately after publication of any new opportunities
Where a supplier is already registered on Atamis, a new user should select to join their existing supplier account when prompted. Users joining an existing supplier account will be approved by the primary contact of the supplier. If the primary contact has left the business without passing on this role, please e-mail PCD@parliament.uk.
Registering on the e-tendering portal does not mean you are a supplier to either the House of Commons or House of Lords.
The RFI is for suppliers to provide feedback to inform the procurement process - completion is encouraged but not mandatory for participation in the subsequent procurement, and responses will not be scored in any way.
two.3) Estimated date of publication of contract notice
31 October 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes