Notice Information
Notice Title
STC1177 - Provision of 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 (the 'Authority') invited expressions of interest from suitably qualified organisations wishing to enter into a contract for the provision of specialist lift consultancy services. The appointed Consultant would support the Parliamentary Design Authority 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 would be required to deliver specialist services which included independent advisory support, to ensure the viability and quality of designs, as well as project support relating to refurbishment and maintenance programmes. The contract would be let based on the NEC4 Professional Services Short Contract.
Lot Information
Lot 1
A non-exhaustive list of the services required to be delivered under the contract were:* 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.The appointed Consultant's staff shall have completed EOR/202 'Working Safely in an engineering environment - basic lift safety', as required by BS7255 Safe Working on Lifts.The Authority reserved its position as to whether it will (or will not) enter into contractual arrangements. Subsequently, the publication of the procurement documents in no way commits the Authority to enter into any contractual relationship with the Tenderers or any other party.The Authority reserved the right to:- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and- amend, vary or digress from the process set out in the procurement documents. In the event of any change to the process, the Authority will inform all Tenderers of the change.The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The information and/or documents for this opportunity are available on https://in-tendhost.co.uk/parliamentuk/aspx/Home Interested organisations must register on this site to respond. The use of the In-tend e-tendering portal is compulsory and will be the main means of communication and exchange of documents between the Authority and prospective Tenderers, although the Authority reserves the right at its sole discretion to communicate and/or exchange documents by other means.
Options: The contract would be let with an option to extend post expiry of the initial contract term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority's discretion.
Renewal: The contract shall be let for an initial term of thirty-six (36) months with an option to extend post expiry of the initial term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority's discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0444db
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023665-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
42416100 - Lifts
71310000 - Consultative engineering and construction services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71530000 - Construction consultancy services
71621000 - Technical analysis or consultancy services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Jul 20241 years ago
- Submission Deadline
- 19 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Jul 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CORPORATE OFFICER OF THE HOUSE OF LORDS AND THE CORPORATE OFFICER OF THE HOUSE OF COMMONS (ACTING JOINTLY)
- Contact Name
- Elli Nikolaou
- Contact Email
- nikolaoue@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
- TLI32 Westminster
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-0444db-2024-07-29T17:35:15+01:00",
"date": "2024-07-29T17:35:15+01:00",
"ocid": "ocds-h6vhtk-0444db",
"description": "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://in-tendhost.co.uk/parliamentuk/aspx/Home and submitted using the Correspondence tab on the In-Tend portal. The deadline for submitting the completed NDA template is 16:00 on Friday 8th March 2024. The Authority will aim to execute the signed NDAs and share the full tender pack with Tenderers within two (2) working days of submission of the NDA via the Correspondence tab of the In-Tend portal https://in-tendhost.co.uk/parliamentuk/aspx/Home",
"initiationType": "tender",
"tender": {
"id": "STC1177",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "STC1177 - Provision of Specialist Lift Consultancy Services",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
"mainProcurementCategory": "services",
"description": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly (the 'Authority') invited expressions of interest from suitably qualified organisations wishing to enter into a contract for the provision of specialist lift consultancy services. The appointed Consultant would support the Parliamentary Design Authority 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 would be required to deliver specialist services which included independent advisory support, to ensure the viability and quality of designs, as well as project support relating to refurbishment and maintenance programmes. The contract would be let based on the NEC4 Professional Services Short Contract.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "A non-exhaustive list of the services required to be delivered under the contract were:* 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.The appointed Consultant's staff shall have completed EOR/202 'Working Safely in an engineering environment - basic lift safety', as required by BS7255 Safe Working on Lifts.The Authority reserved its position as to whether it will (or will not) enter into contractual arrangements. Subsequently, the publication of the procurement documents in no way commits the Authority to enter into any contractual relationship with the Tenderers or any other party.The Authority reserved the right to:- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and- amend, vary or digress from the process set out in the procurement documents. In the event of any change to the process, the Authority will inform all Tenderers of the change.The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The information and/or documents for this opportunity are available on https://in-tendhost.co.uk/parliamentuk/aspx/Home Interested organisations must register on this site to respond. The use of the In-tend e-tendering portal is compulsory and will be the main means of communication and exchange of documents between the Authority and prospective Tenderers, although the Authority reserves the right at its sole discretion to communicate and/or exchange documents by other means.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract shall be let for an initial term of thirty-six (36) months with an option to extend post expiry of the initial term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority's discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract would be let with an option to extend post expiry of the initial contract term for any period or periods of up to two (2) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority's discretion."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "42416100",
"description": "Lifts"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
}
],
"deliveryAddresses": [
{
"region": "UKI32"
},
{
"region": "UKI32"
}
],
"deliveryLocation": {
"description": "Westminster"
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The appointed Consultant's proposed principal or lead staff must be at Associate level (minimum of 10 years lift industry experience and demonstrable stakeholder management experience) and professionally qualified and chartered with a UK recognised professional body e.g. RIBA, CIBSE or IET (or equivalent). All other staff must have lift or engineering specific qualifications.Further information on the selection criteria as stated in the procurement documents",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Information on the selection criteria can be found in the procurement documents.",
"minimum": "The following minimum economic and financial standing requirements shall apply:a) a minimum turnover of PS200,000.00 per annum for each of the last three (3) financial years; andb) a satisfactory risk assessment based on Dun & Bradstreet indicators as",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Information on the selection criteria can be found in the procurement documents.",
"minimum": "The appointed Consultant's proposed principal or lead staff must be at Associate level (minimum of 10 years lift industry experience and demonstrable stakeholder management experience) and professionally qualified and chartered with a UK recognised professional body e.g. RIBA, CIBSE or IET (or equivalent). All other staff must have lift or engineering specific qualifications.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The appointed Consultant will be required to comply with the HMG Baseline Personnel Security Standard (BPSS) pre-employment checks for staff they propose to fulfil for this contract. This will be in line with Cabinet Office guidance on BPSS and the Home Office code of practice on preventing illegal working."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-04-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-04-19T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-04-19T12:00:00+01:00",
"address": {
"streetAddress": "Westminster"
}
},
"hasRecurrence": true,
"reviewDetails": "The Authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the Authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-04-19T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-26T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
},
{
"oldValue": {
"date": "2024-04-19T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-26T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening tenders"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-106643",
"name": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)",
"identifier": {
"legalName": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)"
},
"address": {
"streetAddress": "UK Parliament, Westminster",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Elli Nikolaou",
"email": "nikolaoue@parliament.uk",
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/BuyerProfiles",
"buyerProfile": "https://www.parliament.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1579",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-106643",
"name": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)"
},
"language": "en",
"awards": [
{
"id": "023665-2024-STC1177-1",
"relatedLots": [
"1"
],
"title": "Provision of Specialist Lift Consultancy Services",
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}