Notice Information
Notice Title
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) 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. <br/>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). <br/><br/>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<br/><br/>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). <br/><br/>Suppliers who previously returned a duly signed NDA in response to the Prior Information Notice (reference: 2024/S 000-030708) published on 26th September 2024 in relation to this contract opportunity, will not be required to re-submit a signed NDA.
Lot Information
Lot 1
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 Authority reserves 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 reserves 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://atamis-ukparliament.my.site.com/login
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.
Additional CPVs:
71310000-4 Consultative engineering and construction services
71321000-4 Engineering design services for mechanical and electrical installations for buildings
Options: The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority's discretion.
Renewal: The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority's discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a2fe
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006482-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning 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
71621000 - Technical analysis or consultancy services
Notice Value(s)
- Tender Value
- £320,000 £100K-£500K
- Lots Value
- £320,000 £100K-£500K
- 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
- 7 Feb 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CORPORATE OFFICER OF THE HOUSE OF COMMONS AND THE CORPORATE OFFICER OF THE HOUSE OF LORDS (ACTING JOINTLY)
- 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
- 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-04a2fe-2025-02-20T20:51:45Z",
"date": "2025-02-20T20:51:45Z",
"ocid": "ocds-h6vhtk-04a2fe",
"description": "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).",
"initiationType": "tender",
"tender": {
"id": "GSV3213",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Specialist Lift Consultancy Services",
"status": "active",
"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) 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. <br/>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). <br/><br/>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<br/><br/>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). <br/><br/>Suppliers who previously returned a duly signed NDA in response to the Prior Information Notice (reference: 2024/S 000-030708) published on 26th September 2024 in relation to this contract opportunity, will not be required to re-submit a signed NDA.",
"value": {
"amount": 320000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "A non-exhaustive list of the services required to be delivered under the contract are summarised below:<br/>* 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);<br/>* Review and develop (if needed) existing lift modernisation scope documents; <br/>* Produce feasibility studies to RIBA Stage 1 or equivalent, technical standards and engineering specifications;<br/>* Undertake site inspections and witnessing across the Parliamentary Estate as set out within the procurement documents; <br/>* 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<br/>* 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. <br/>The Authority reserves 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.<br/><br/>The Authority reserves the right to:<br/>- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;<br/>- vary the project timetable or procurement process, including without limitation, to introduce further submission requirements; and<br/>- 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.<br/><br/>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.<br/><br/>The information and/or documents for this opportunity are available on https://atamis-ukparliament.my.site.com/login<br/><br/>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.<br/><br/>Additional CPVs:<br/>71310000-4 Consultative engineering and construction services <br/>71321000-4 Engineering design services for mechanical and electrical installations for buildings",
"status": "active",
"value": {
"amount": 320000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority's discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract shall be let for an initial term of twelve (12) months with an option to extend (via a Notice to Proceed pursuant to the NEC4 Professional Services Short Contract) for a further period of twelve (12) months, such extension to be exercised at the Contracting Authority's discretion."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42416100",
"description": "Lifts"
}
],
"deliveryAddresses": [
{
"region": "UKI32"
},
{
"region": "UKI32"
}
],
"deliveryLocation": {
"description": "Westminster"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-02-07T00:00:00Z",
"atypicalToolUrl": "https://atamis-ukparliament.my.site.com/s/Welcome"
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://atamis-ukparliament.my.site.com/login",
"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.<br/><br/>The appointed Consultant, or their external IT provider in the event of outsourcing, must hold as a minimum a valid Cyber Essentials certificate at the point of contract award. <br/><br/>Further information on the selection criteria as stated in the procurement documents.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "The following minimum economic and financial standing requirements shall apply:<br/>a) a minimum turnover of 320,000.00 per annum for each of the last three (3) financial years; and<br/>b) a satisfactory risk assessment based on Dun & Bradstreet indicators as detailed in the procurement documents <br/><br/>Interested suppliers are advised that the contract will be subject to an overall affordability cap of PS320,000 to be applied across the total contract term (including any allowable extensions)."
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-04-08T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-08-06T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-04-08T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-04-08T12:00:00+01:00"
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-120255",
"name": "The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)",
"identifier": {
"legalName": "The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)",
"id": "210715608"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Elli Nikolaou",
"email": "pcd@parliament.uk",
"url": "https://atamis-ukparliament.my.site.com/login"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"buyerProfile": "https://atamis-ukparliament.my.site.com/s/Welcome",
"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-38536",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"reviewContactPoint"
],
"details": {
"url": "http://judiciary.uk/highcourt"
}
}
],
"buyer": {
"id": "GB-FTS-120255",
"name": "The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)"
},
"language": "en"
}