Tender

Houses of Parliament Restoration & Renewal Programme - Dynamic Purchasing System for Collections Conservation Services

  • Restoration & Renewal Delivery Authority Ltd

F02: Contract notice

Notice identifier: 2024/S 000-036985

Procurement identifier (OCID): ocds-h6vhtk-04a60b

Published 15 November 2024, 11:36am



Section one: Contracting authority

one.1) Name and addresses

Restoration & Renewal Delivery Authority Ltd

C/O SHARPE PRITCHARD LLP, Elm House, 10-16 Elm Street, Elm Yard

London

WC1X0BJ

Contact

Procurement Team

Email

commercial@r-r.org.uk

Telephone

+44 2081426921

Country

United Kingdom

Region code

UKI32 - Westminster

Companies House

12559954

Internet address(es)

Main address

https://rrparliament.app.jaggaer.com

one.3) Communication

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

https://rrparliament.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://rrparliament.app.jaggaer.com

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

Houses of Parliament Restoration & Renewal Programme - Dynamic Purchasing System for Collections Conservation Services

Reference number

DA1139

two.1.2) Main CPV code

  • 92522200 - Preservation services of historical buildings

two.1.3) Type of contract

Services

two.1.4) Short description

The Palace of Westminster is an internationally recognised symbol of the UK and democracy, and part of a UNESCO World Heritage Site. Extensive work is needed to restore the Palace and as part of planning for restoration, teams are assessing and recording details of thousands of heritage items such as artworks and furniture within the Parliamentary Heritage Collections.

The Parliamentary Heritage Collections are the national collection documenting the history, work and people of Parliament and comprise over 26,000 objects. They are made up of the Parliamentary Art Collection, the Historic Furniture and Decorative Art Collections and the Architectural Fabric Collection. Parliament's Heritage Collections teams have overall responsibility for the conservation of these collections, and work closely with the Restoration & Renewal Delivery Authority Ltd (the limited company responsible for delivering the Palace of Westminster restoration and renewal works following necessary decisions from both Houses on the way forward which are expected in 2025).

The Delivery Authority and UK Parliament wish to establish a Dynamic Purchasing System (the DPS) for appointing collections care and conservation specialists to maintain, restore, conserve, and move where necessary Parliament's collections now and during Restoration & Renewal works. Both the Restoration & Renewal Delivery Authority Ltd and the Houses of Parliament will be contracting authorities entitled to use the Collections Conservation DPS (the CCDPS).

The Delivery Authority and Houses of Parliament invite suitably qualified conservators and collection care specialists to register with the Collections Conservation DPS to bid for future contract opportunities.

The Collections Conservation DPS will be used by the Restoration & Renewal Delivery Authority Ltd to appoint conservators to continue to develop and undertake object assessment activities, to develop object requirements and inform future plans and procedures for either a) removing and storing the collections off site during restoration works, or b) protecting and monitoring them in situ.

The Houses of Parliament will use the Collections Conservation DPS to procure for the continued core conservation care and maintenance of the collections, where a specialist conservator is required to mobilise and attend the site at short notice.

The Collections Conservation DPS is split into twenty Categories of Services. Please refer to Section II.2.4 for details.

The Delivery Authority and the Houses of Parliament are jointly holding an on-line market information event about their plans for the CCDPS. Please follow the instructions in Section VI.3 to register for the event.

In order to access the DPS Application Pack please register as a supplier on Jaggaer e-tendering portal https://rrparliament.app.jaggaer.com and express interest in the Dynamic Purchasing System for Collections Conservation Services.

The value provided in Sections II.1.5 and II.2.6 is only an estimate. The Delivery Authority cannot guarantee suppliers any business under the DPS. There will be no form of exclusivity or volume guarantee under this DPS. The Delivery Authority expressly reserves the right, acting in accordance with the Public Contracts Regulations 2015:

a) not to admit as Members of the CCDPS any Applicants as a result of the procurement process commenced by publication of this notice.

b) to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will those organisations entitled to use the DPS to purchase services be liable for any costs incurred by the suppliers.

two.1.5) Estimated total value

Value excluding VAT: £4,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39254000 - Horology
  • 50800000 - Miscellaneous repair and maintenance services
  • 71317000 - Hazard protection and control consultancy services
  • 90711500 - Environmental monitoring other than for construction
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92520000 - Museum services and preservation services of historical sites and buildings
  • 98312000 - Textile-cleaning services

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 Collections Conservation DPS will be split into the following Categories of Services.

Service Categories 1 to 6 are for Collections Care Services:

1. Environmental monitoring systems, consultancy and maintenance.

The services within this Category will include provision of environmental monitoring systems, consultancy and maintenance. Examples of services include but are not limited to: particulate matter, lux, UV, relative humidity, temperature, vibration, pH, dosimetry.

2. Preventive conservation cleaning.

Preventive conservation cleaning services and consultancy.

3. Preventive conservation advice for emergency planning, salvage and resilience.

Specialist preventive conservation advice for emergency planning, salvage and resilience.

4. Hazard consultancy and services.

Assessment for hazards within the heritage collection including but not limited to: subject matter specialist advice, hazard identification and hazard remediation, and hazard testing from experts in the field.

5. Pest Management (Consultancy)

Heritage integrated pest management: consultancy from subject matter experts.

6. Pest Management (Treatment)

Heritage integrated pest management: treatment for infestations which include but are not limited to: mobile treatment options, treatment off site, and targeted treatment on site.

Service Categories 7 to 18 are for Heritage Collections Conservation Services. Each Category includes the services listed below for the specific type of material/item:

•Condition surveys and treatment recommendations including written and photographic documentation (in situ, in a conservation studio on site, or off site).

•Specialist cleaning (in situ, in a conservation studio on site, or off site).

•Remedial conservation: surface dusting, dry cleaning, minor and/or localised stabilisation of surfaces or media (in a conservation studio on site, or off site).

•Full conservation treatment including more extensive aesthetic or structural work.

•Technical examination and research, including pigment, media analysis and technical imaging.

7. Leather Conservator

Leather conservation services.

8. Wood (excluding furniture) Conservator

Wood (excluding furniture) conservation services.

9. Modern Materials Conservator

Modern materials conservation services.

10. Horology Conservator

Horology conservation services.

11. Easel Paintings Conservator

Easel paintings conservation services.

12. Works on Paper Conservator

Works on paper conservation services.

13. Ceramic Conservator

Ceramics conservation services.

14. Stone conservation services

Stone conservation services.

15. Metal Conservator

Metal conservation services.

16. Textile Conservator

Textile conservation services.

17. Wall Paintings Conservator

Wall paintings conservation services.

18. Frame Conservator

Frame conservation services.

Service Categories 19 and 20 are for Furniture Conservation and Craft Services:

19. Furniture Conservator/Restorers

Furniture conservation and restoration services, including:

•Timber conservation for furniture, such as: seat frame joints in preparation for reupholstery, desks, cabinets and tables.

•Transparent furniture finishes, to original appropriate colour, including preserving existing finishes where appropriate and carrying out full finish removal and refinishing.

•Woodcarving, including consolidation of splits and loss replacement with appropriate timber and grain orientation.

•Metalwork, such as hardware.

•Giltwood.

•Undertaking condition surveys and treatment recommendations including written and photographic documentation (in situ, in a studio on site, or off site).

•Dismantling and reassembling heritage furniture, such as desks, wardrobes etc. (in situ, in a studio on site, or off site).

•Custom engraving, embroidery, leather stamping gilding and tooling.

20. Upholsterers

Upholstery conservation and restoration services.

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: £4,300,000

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

End date

23 February 2029

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

two.2.14) Additional information

The Delivery Authority and the Houses of Parliament are jointly holding an on-line market information event about their plans for the CCDPS. Please follow the instructions in Section VI.3 to register for the event.


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

Applicants will be assessed on their response to the selection criteria in their application for a membership on the Collections Conservation DPS.

The Application Pack includes a Selection Questionnaire and is accessible following registration on https://rrparliament.app.jaggaer.com and expressing interest in the Dynamic Purchasing System for Collections Conservation Services.

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 setting up of a dynamic purchasing system

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: 2024/S 000-031945

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

Date

10 January 2025

Local time

12:00pm

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

MARKET INFORMATION EVENT

The Delivery Authority and the Houses of Parliament are jointly holding an online market information event on 20th November 2024 to communicate their plans for the Collections Conservation DPS. All interested economic operators including self-employed/sole traders, limited companies and other organisations with experience of providing collections conservation services are invited to attend.

REGISTER FOR THE MARKET INFORMATION EVENT

If you wish to attend the event, you will need to fill out this registration form:

https://events.teams.microsoft.com/event/f6aa950a-9cd4-468f-b01b-faf0207d63bd@c2fa5d66-2b3c-4f10-b77c-a82d2ffa730f

Fill out and submit the form not later than 5pm on 20th November 2024 to be invited to attend the online event.

Should you have any problems with registering for the event, please contact the Procurement Team on commercial@r-r.org.uk .

REGISTER TO DOWNLOAD PRESENTATION AFTER THE EVENT

Following the market information event the additional materials presented at the event will be available for download from the Jaggaer e-tendering portal. All economic operators interested in applying for the DPS, including those that are unable to attend the market information event, should register on the Jaggaer e-tendering portal to be able to download a copy of the presentation slides. The Jaggaer portal will also be used by prospective applicants to access the Standard Questionnaire and the DPS Application Pack.

Please use the following link which will take you to Jaggaer e-tendering portal https://rrparliament.app.jaggaer.com . Click on 'Register Here' and register your company details. Thereafter you will be issued with a username and password. If you have previously registered with Jaggaer, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password. Once logged in, click on 'Current Opportunities' and access the Dynamic Purchasing System for Collections Conservation Services to download the DPS Application Pack.

If you encounter any problems or have questions please contact the Procurement Team on commercial@r-r.org.uk . We will aim to respond to you as soon as we can and not later than within 3 working days.

If you have registered and forgotten your username and password, click on the 'forgotten password' link on the Jaggaer homepage. Please keep this username and password secure and do not pass it to any third parties.

NEXT STEPS

1. Register for the online Market Information Event by filling out the form (see the instructions above). Attendance at the event is optional. Recording of the event will also be available on the Restoration & Renewal Delivery Authority website afterwards for those unable to attend.

2. Register on the Jaggaer e-tendering portal https://rrparliament.app.jaggaer.com and download the DPS Application Pack.

3. Attend the on-line Market Information Event on 20th November 2024.

4. Fill out the Selection Questionnaire and submit it to us via the Jaggaer e-tendering portal before the closing date at 12:00 noon on 10th January 2025.

4. Contact us via Jaggaer if you have any question about your application or the DPS.

5. The submitted DPS applications will be assessed in January 2025

6. The CCDPS will go live in February 2025. From this date Suppliers admitted to the CCDPS may be invited to tender for contract opportunities.

7. After that the CCDPS will be open again for new applications.

six.4) Procedures for review

six.4.1) Review body

Restoration and Renewal Delivery Authority Ltd

8/64 VS

London

SW1A 0AA

Email

commercial@r-r.org.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom