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 2072198592
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
Buyer's address
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 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
GSV2738
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 seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an initial term of 5 years with the option for the Authority to extend for a period of up to 5 years in 1 year extensions
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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 seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an initial term of 5 years with the option for the Authority to extend for a period of up to 5 years in 1 year extensions.
The facility must have space and accommodation for Parliamentary staff to work within the dedicated storage space. 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/m2 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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required
The Authority expressly reserves the right to require a candidate to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the Selection Questionnaire.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 November 2024
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 November 2024
Local time
12:00pm
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
six.4.2) Body responsible for mediation procedures
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom