News

United Kingdom-London: Architectural, construction, engineering and inspection services

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 046-085237/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons
1 Floor, 7 Millbank
London
Postal code: SW1P 3JA
United Kingdom
Contact points(s): Business Support Team
Phone: +44 2072191600
Email: ppcs@parliament.uk
Fax: +44 2072191600
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
OTHER: Parliament UK
I.3) Main activity:
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
FWK1097-Multidisciplinary Design Services Framework.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 27: Other services
Nuts code: UKI
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 43 000 000 GBP
II.1.5) Short description of the specific contract:
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly (the ‘Contracting Authority’) seeks expressions of interest from suitability qualified and experienced economic operators to enter into a four year framework agreement (Authority’s reference: FWK1097) to provide multi-disciplinary architectural and engineering design services for the Authority’s Strategic Estates’ various business as usual projects over a 4 year term. The on-going planned and reactive works to the buildings within the estate include building refurbishment, new build and maintenance projects. The projects and services will utilise the RIBA Plan of Work 2013 and will be carried out to BIM Level 2. The Framework Consultants may be appointed to fulfil projects that fall under other strategic programmes that Strategic Estates is supporting.
The majority of buildings on the Authority’s estate are Grade I and Grade II listed buildings, requiring historic building conservation expertise in all aspects of design. Economic operators to be appointed will be practices able to provide an in-house architectural lead with a proven track record of working on projects involving prestigious buildings of significant historical interest, with demonstrable experience of having integrated innovative engineering solutions, within conservation/listed building constraints. For the purposes of the CDM Regulations, in most instances the appointed consultants will be the Principal Designer.
It is envisaged that the majority of individual projects will be progressed by the Authority to planning/design-brief stage whereupon the Authority will then commence the procurement of contractors to carry out the works. Framework providers will also be required to provide services during the construction phase, for occasional redesign upon discovery of site conditions, but predominantly oversight and commissioning to ensure that their designs have been delivered under the NEC3 Supervisory Role.
The Contracting Authority is seeking to appoint up to 4 economic operators who will provide multi-disciplinary design team services and associated professional consultancy services either in-house or sub-contracted through established and effective supply chains. It is envisaged services will include:
— Architectural Services (including Conservation Architect Services);
— Mechanical and Public Health Engineering;
— Electrical Engineering;
— Control Systems and Electronics Engineering;
— Structural and Civil Engineering;
— Fire Engineering;
— NEC3 Supervisor; and
— Other Specialisms.
In addition, supplementary specialist services will also be required to achieve a fully integrated design service. These specialist services may include but not limited to: Acoustic Engineering, Building Control/Approved Inspector, Asbestos Consultancy services, Workspace Planning Services, Catering Design and Specification Services, Sustainability Assessments, Health and Safety Consultancy, Landscape Architect, Town Planning Consultancy, Public Health Surveys, Glazing Consultant, Geo-Technical Consultancy and Ecology Services.
The objective of the procurement is to establish a framework of consultants from which the Contracting Authority may call-off services either by direct call-off or by re-opening competition.
Note that the Authority is currently finalising the outcome of the tender process for a separate framework agreement for Project, Programme and Cost Management Services Ref: FWK1093. Whilst Suppliers shortlisted for FWK1093 may submit a Selection Questionnaire (SQ) for this framework agreement, suppliers’ attention is drawn to Article 24 of the Public Contracts Regulations. Suppliers will need to satisfy the Contracting Authority that irresolvable conflicts will not arise and that an appropriate level of independence will be maintained between cost/building control/programme advice and design advice in relation to call-offs. Failure to satisfy the Authority in this matter may result in the Supplier’s disqualification from the procurement process in accordance with Article 57 of the Public Contracts Regulations.
The SQ stage will reduce the number of operators to around six to seven and thereafter, an Invitation to Tender (ITT) stage will follow. The economic operators that have submitted the highest scoring most economically advantageous tender returns will be invited to enter an New Engineering Contract Professional Services Agreement (NEC3 PSA) framework agreement with the Contracting Authority.
The Authority will also be procuring separate frameworks for the following services: (1) Clerk of Works, (2) Building Surveyor, (3) Mechanical and Electrical Engineers, (4) Structural and Civil Engineers and (5) Security Consultancy Services. The Clerk of Works framework will be used for monitoring projects across the estate on behalf of the Parliamentary Design Authority. The Building Surveyor framework will typically be used for projects valued less than GBP 500k and/or projects with limited design complexity. The Mechanical and Electrical Engineers framework will be used for projects requiring a Mechanical or Electrical Engineer lead. The Structural and Civil Engineers framework will be used for projects requiring a Structural or Civil Engineer lead. The Security Consultancy Services framework will be used to appoint Security Consultants to specialist security advice on future projects.
II.1.6) Common procurement vocabulary (CPV): 71000000, 71337000, 71313410, 71315210, 71332000, 71315410, 71240000, 71311100, 71351100, 71321200, 71314300, 71251000, 71351720, 71315300, 71313200, 71315400, 71242000, 71241000, 71351610, 71320000, 71350000, 71250000, 71313430, 71248000, 71313420, 71351811, 71322200, 71500000, 71243000, 71316000, 71222000, 71313450, 71326000, 71325000, 71321100, 71330000, 71321000, 90650000, 71351000, 71313440, 71247000, 71323200, 71223000, 71335000, 71317100, 71321300, 71420000, 71353200, 71510000, 90490000, 71310000, 71315100, 71300000, 71352100, 71530000, 90522000, 75251110, 71318100, 71314100, 71351600, 71313100, 71210000, 71355000, 71323100, 71315000, 71340000, 71311000, 71352110, 71800000, 71351914, 71354300, 71314200, 71331000, 71356400, 71327000, 71200000, 71351500, 71317000, 71317210, 71221000, 71334000, 71322000, 71521000, 71314000, 71312000, 90713000, 71313000, 71220000, 71318000, 71311300, 71351800, 71245000, 71351220, 71321400, 71314310, 90714200
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Starting 1.8.2017Completion 31.7.2021
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions:
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
III.2.2) Economic and financial ability:
III.2.3) Technical capacity
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 6 and maximum number 7
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
FWK1097
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 217-395733of10.11.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
23.03.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The SQ documentation will be accessible at the Houses of Parliament’s e-procurement portal: Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable.
To access these documents select the tender reference FWK1097 in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents.
If you have registered and forgotten your username and password, click on the ‘forgotten password’ link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance.
You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12:00 noon UK time on Thursday 23.3.2017. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
03.03.2017

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy