Tender

GSV3213 Specialist Lift Consultancy Services

THE CORPORATE OFFICER OF THE HOUSE OF LORDS AND THE CORPORATE OFFICER OF THE HOUSE OF COMMONS

This public procurement record has 1 release in its history.

Tender

20 Feb 2025 at 21:21

Summary of the contracting process

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons are jointly inviting expressions of interest for the contract titled "GSV3213 Specialist Lift Consultancy Services". This tender, classified under CPV codes 42416100 (Lifts) and 71621000 (Technical analysis or consultancy services), seeks specialist lift consultancy services for the Parliamentary Estate in London. This open procurement procedure has a contract value of £320,000, and the tender end date is 8 April 2025. The contract period runs from 1 August 2025 to 31 July 2027. The procurement stage is currently active, with the procurement documents available upon submission of a Non-Disclosure Agreement.

This tender presents significant business growth opportunities, particularly for SMEs, by engaging in high-profile works within the Parliamentary Estate. Businesses with expertise in lift engineering, technical advisory, and project consultancy, particularly those adept at navigating complex environments, would be well-suited to compete. The appointed consultant will contribute to the long-term lift modernisation strategy, ensuring compliance with the latest technical standards and enhancing the lift designs' viability and quality. Furthermore, the focus on health and safety, business continuity, and value for money underscores the potential for businesses to showcase their comprehensive, strategic consultancy capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GSV3213 Specialist Lift Consultancy Services

Notice Description

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) are inviting expressions of interest from suitably qualified organisations wishing to enter into a contract for the provision of specialist lift consultancy services. The appointed Consultant will support the Authority's Property and Asset Strategy (PAS) 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 provide specialist services which will include independent advisory support to ensure the viability and quality of lift designs, as well as undertaking other consultancy activities with the view of supporting Parliamentary lift refurbishment projects, which are being delivered in accordance with the RIBA Work Plan 2020. The contract shall be let based on the NEC4 Professional Services Short Contract (NEC4 PSSC). A non-exhaustive list of the services required to be delivered under the contract are summarised below: * Produce lift technical design reviews covering RIBA Stages 2 to 5 inclusive in relation to the Authority's Lift Refurbishment Programme, as well as work collaboratively with Lift Refurbishment delivery teams and prioritise the works having due regard to Health & Safety and business continuity objectives (as set out within the procurement documents); * Review and develop (if needed) existing lift modernisation scope documents; * Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications; * Undertake site inspections and witnessing across the Parliamentary Estate as set out within the procurement documents; * 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; and * 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. The procurement documents shall be made available subject to the return of a duly signed Non-Disclosure Agreement (NDA) template, which can be accessed at https://atamis-ukparliament.my.site.com/login The Authority will aim to execute the signed NDAs and share the tender pack with Tenderers who have submitted a duly signed NDA within two (2) working days of the submission date via the message centre of the Authority's electronic tendering portal Atamis (please refer to above-mentioned address).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-acb7fd5a-e11e-483e-b875-6c4894e5244e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1c36c62b-91fc-4000-89e0-140493f33e4e
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

71 - Architectural, construction, engineering and inspection services


CPV Codes

42416100 - Lifts

71621000 - Technical analysis or consultancy services

Notice Value(s)

Tender Value
£320,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Feb 20251 years ago
Submission Deadline
8 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2025 - 31 Jul 2027 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE CORPORATE OFFICER OF THE HOUSE OF LORDS AND THE CORPORATE OFFICER OF THE HOUSE OF COMMONS
Contact Name
Elli Nikolaou
Contact Email
pcd@parliament.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 0AA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-acb7fd5a-e11e-483e-b875-6c4894e5244e-2025-02-20T21:21:53Z",
    "date": "2025-02-20T21:21:53Z",
    "ocid": "ocds-b5fd17-acb7fd5a-e11e-483e-b875-6c4894e5244e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0007400DWS000000R8r72AC",
        "title": "GSV3213 Specialist Lift Consultancy Services",
        "description": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) are inviting expressions of interest from suitably qualified organisations wishing to enter into a contract for the provision of specialist lift consultancy services. The appointed Consultant will support the Authority's Property and Asset Strategy (PAS) 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 provide specialist services which will include independent advisory support to ensure the viability and quality of lift designs, as well as undertaking other consultancy activities with the view of supporting Parliamentary lift refurbishment projects, which are being delivered in accordance with the RIBA Work Plan 2020. The contract shall be let based on the NEC4 Professional Services Short Contract (NEC4 PSSC). A non-exhaustive list of the services required to be delivered under the contract are summarised below: * Produce lift technical design reviews covering RIBA Stages 2 to 5 inclusive in relation to the Authority's Lift Refurbishment Programme, as well as work collaboratively with Lift Refurbishment delivery teams and prioritise the works having due regard to Health & Safety and business continuity objectives (as set out within the procurement documents); * Review and develop (if needed) existing lift modernisation scope documents; * Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications; * Undertake site inspections and witnessing across the Parliamentary Estate as set out within the procurement documents; * 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; and * 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. The procurement documents shall be made available subject to the return of a duly signed Non-Disclosure Agreement (NDA) template, which can be accessed at https://atamis-ukparliament.my.site.com/login The Authority will aim to execute the signed NDAs and share the tender pack with Tenderers who have submitted a duly signed NDA within two (2) working days of the submission date via the message centre of the Authority's electronic tendering portal Atamis (please refer to above-mentioned address).",
        "datePublished": "2025-02-20T21:21:53Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "42416100",
            "description": "Lifts"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71621000",
                "description": "Technical analysis or consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 320000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-04-08T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-08-01T00:00:00+01:00",
            "endDate": "2027-07-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1c36c62b-91fc-4000-89e0-140493f33e4e",
                "datePublished": "2025-02-20T21:21:53Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-310475",
            "name": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons",
            "identifier": {
                "legalName": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "London",
                "postalCode": "SW1A 0AA",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Elli Nikolaou",
                "email": "pcd@parliament.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-310475",
        "name": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons"
    }
}