Planning

Provision of Specialist Lift Consultancy Services

  • The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-030708

Procurement identifier (OCID): ocds-h6vhtk-04a2fe

Published 26 September 2024, 9:01am



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

Elli Nikolaou

Email

nikolaoue@parliament.uk

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

Additional information can be obtained from the above-mentioned address

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://atamis-ukparliament.my.site.com/s/Welcome

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

Provision of Specialist Lift Consultancy Services

Reference number

GSV3213

two.1.2) Main CPV code

  • 71621000 - Technical analysis or consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

** This is not a call for competition**. The Authority is currently preparing to initiate a procurement process for the provision of specialist lift consultancy services. The appointed Consultant will support the Parliamentary Property and Asset Strategy Team in its role as custodian of the lift engineering infrastructure on the Parliamentary Estate to review and update technical standards and a long-term strategy for lift modernisation.
More specifically, the appointed Consultant shall be required to deliver specialist services which will include independent advisory support, to ensure the viability and quality of designs, as well as project support relating to refurbishment and maintenance programmes.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

Parliamentary Estate, London

two.2.4) Description of the procurement

A non-exhaustive list of the services required to be delivered under the contract are summarised below:
• Produce lift technical design briefs and design requirements for the Authority’s Lift projects, as well as work collaboratively with Lift delivery teams and prioritise the works on health and safety and business continuity objectives (as set out within the procurement documents).
• Review and develop existing lift modernisation scope documents.
• Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications.
• Provide a technical design review of the proposals from Lift Delivery teams and monitor their work – this shall also include undertaking site inspections and witnessing.
• Review lift traffic analysis from previous studies and project consultants and where necessary undertake new traffic analysis and propose optimum lift design strategy for the population and use patterns of the Parliamentary Estate.
• Carry out whole of life costing with the view of ensuring that value for money is achieved by taking a holistic approach to design the lifts in relation to each other, traffic flow, building occupants, logistics, fire evacuation strategy, access control and security strategy, environment and sustainability, heritage and conservation and user priorities.
• Undertake annual audits of the Authority’s Planned Preventative and Re-active Maintenance Contractor’s performance.

two.2.14) Additional information

The Authority would like to undertake a pre-tender market engagement prior to releasing the FTS Contract Notice and tender documentation. The main purpose of the market engagement will be to identify the optimum method of delivering the services and achieving key operational and technical outputs, as well as determining whether the establishment of a single supplier Framework Agreement is the optimum route to market for the purpose of achieving the service deliverables. Having said that, a final decision on the procurement procedure shall be made following completion of the pre-tender market engagement process.

With the above in mind the Authority would like to invite suppliers to attend a virtual pre-tender market engagement event via Microsoft Teams on Wednesday 9th October 2024 between 13:00 and 14:30pm, where prospective Bidders will have the opportunity to meet key members of the Project team and discuss the Authority’s requirements and aspirations for this contract. The main event will include a presentation from the Project Team and an open forum discussion with suppliers on a list of themes that the Authority wishes to consult on. Interested suppliers will be required to submit a duly signed NDA prior to attending the market event.

Following completion of the event, and over the course of the following two (2) weeks from 10th to 24th October 2024, suppliers will be offered the opportunity to have a twenty (20) minute one-to-one virtual session with the Project Team for the purpose of addressing any commercially sensitive queries. The pre-tender market engagement will be formally minuted and information gathered will be shared with all prospective Bidders through the tender documentation. For clarity, information that is deemed commercially sensitive, at the Authority’s sole discretion, shall not be disclosed.

Please be advised that the estimated contract value may be subject to change following completion of the pre-tender market engagement event and the Authority is not bound by the contract value stated within this PIN.

Should you wish to register an interest to participate in the pre-tender market engagement, please kindly contact the Authority via the message centre for this contract opportunity on the Atamis electronic tendering system. Interested suppliers will need to first register free of charge as a supplier on Atamis (link: https://atamis-ukparliament.my.site.com/s/Welcome). Once registered, you will be able to access this contract opportunity by using the contract title or contract reference in the ‘search’ field.

two.3) Estimated date of publication of contract notice

7 February 2025


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


Section six. Complementary information

six.3) Additional information

Additional CPV codes:

71310000-4 Consultative engineering and construction services
71321000-4 Engineering design services for mechanical and electrical installations for buildings
71530000-2 Construction Consultancy Services
50710000-5 - Repair and maintenance services of electrical and mechanical building installations