By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

COM1262-Client Advisory Services for the Palace of Westminster Restoration and Renewal Programme for (COM1262/L1 Lot 1 - Architectural and Building Design Services) (COM1262/L2 Lot 2 - Programme, Project and Cost Management Services).

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
7 Millbank
Contact point(s): https://in-tendhost.co.uk/parliamentuk/aspx/Home
For the attention of: Business Support Team
SW1P 3JA London
UNITED KINGDOM
Telephone: +44 2072191600
E-mail:
Fax: +44 2072191600

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/Home

Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home

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
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:
COM1262-Client Advisory Services for the Palace of Westminster Restoration and Renewal Programme for (COM1262/L1 Lot 1 - Architectural and Building Design Services) (COM1262/L2 Lot 2 - Programme, Project and Cost Management Services).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Type of procedure: Competitive procedure with negotiation.
COM1262/L1 Lot 1 - Appointment of an architect-led design team to provide client advisory design services for the Palace of Westminster Restoration and Renewal Programme.
COM1262/L2 Lot 2 - Appointment of a team to provide client advisory programme, project & cost management services for the Palace of Westminster Restoration and Renewal Programme.

The exact scope, size, duration, phasing and delivery model for the services has yet to be defined; however various delivery models and outcome level scenarios are currently under consideration by Parliament and can be viewed by following this link: http://www.restorationandrenewal.parliament.uk/ . A decision in principle on how the Programme will be delivered is expected to be made by members of both Houses in Spring 2016; meanwhile Parliament is proceeding to procure management and design services now so that the necessary Consultants are in place and ready to progress the Programme when a decision in principle is made in Spring 2016. The appointed consultants will therefore need to be capable of delivering any one, or a blend, of the scenarios under consideration. The scale of the Restoration and Renewal Programme can be ascertained from the ‘Pre-Feasibility Study and Preliminary Strategic Business Case’, which may be found online at http://www.parliament.uk/documents/commons-commission/PED-Modernisation-Report-Oct12.pdf.

The Corporate Officers recognise that the Restoration and Renewal Programme will be very challenging in terms of its scale, technical complexity, heritage considerations and level of public scrutiny. Their view is that these challenges can only be successfully met by working collaboratively with its advisors to develop and deliver the required outcomes.
The Corporate Officers reserve the right to award the contract on the basis of the initial tenders without conducting negotiations.
CPV Codes: Lot 1 Architectural & Building Design Services - 71000000-8 Architectural, construction, engineering and inspection services; 71200000-0 Architectural and related services; 71210000-3 Advisory architectural services; 71220000-6 Architectural design services; 71221000-3 Architectural services for buildings; 71222000-0 Architectural services for outdoor areas; 71223000-7 Architectural services for building extensions; 71240000-2 Architectural, engineering and planning services; 71241000-9 Feasibility study, advisory service, analysis; 71243000-3 Draft plans (systems and integration); 71244000-0 Calculation of costs, monitoring of costs; 71245000-7 Approval plans, working drawings and specifications; 71246000-4 Determining and listing of quantities in construction; 71247000-1 Supervision of building work; 71248000-8 Supervision of project and documentation; 71250000-5 Architectural, engineering and surveying services; 71251000-2 Architectural and building-surveying services; 71300000-1 Engineering services; 71310000-4 Consultative engineering and construction services; 71311000-1 Civil engineering consultancy services; 71311200-3 Transport systems consultancy services; 71311210-6 Highways consultancy services; 71311300-4 Infrastructure works consultancy services; 71312000-8 Structural engineering consultancy services; 71313000-5 Environmental engineering consultancy services; 71313100-6 Noise-control consultancy services; 71313200-7 Sound insulation and room acoustics consultancy services; 71313400-9 Environmental impact assessment for construction; 71313410-2 Risk or hazard assessment for construction; 71313420-5 Environmental standards for construction; 71313430-8 Environmental indicators analysis for construction; 71313440-1 Environmental Impact Assessment (EIA) services for construction; 71313450-4 Environmental monitoring for construction; 71314000-2 Energy and related services; 71314100-3 Electrical services; 71314300-5 Energy-efficiency consultancy services; 71314310-8 Heating engineering services for buildings; 71315000-9 Building services; 71315100-0 Building-fabric consultancy services; 71315200-1 Building consultancy services; 71315210-4 Building services consultancy services; 71315300-2 Building surveying services; 71315400-3 Building-inspection services; 71315410-6 Inspection of ventilation system; 71316000-6 Telecommunication consultancy services; 71317000-3 Hazard protection and control consultancy services; 71317100-4 Fire and explosion protection and control consultancy services; 71317200-5 Health and safety services; 71317210-8 Health and safety consultancy services; 71318000-0 Advisory and consultative engineering services; 71318100-1 Artificial and natural lighting engineering services for buildings; 71320000-7 Engineering design services; 71321000-4 Engineering design services for mechanical and electrical installations for buildings; 71321200-6 Heating-system design services; 71321300-7 Plumbing consultancy services; 71321400-8 Ventilation consultancy services; 71322000-1 Engineering design services for the construction of civil engineering works; 71322100-2 Quantity surveying services for civil engineering works; 71323100-9 Electrical power systems design services; 71323200-0 Plant engineering design services; 71325000-2 Foundation design services; 71326000-9 Ancillary building services; 71327000-6 Load-bearing structure design services; 71328000-3 Verification of load-bearing structure design services; 71330000-0 Miscellaneous engineering services; 71331000-7 Drilling-mud engineering services; 71332000-4 Geotechnical engineering services; 71333000-1 Mechanical engineering services; 71334000-8 Mechanical and electrical engineering services; 71335000-5 Engineering studies; 71336000-2 Engineering support services; 71337000-9 Corrosion engineering services; 71340000-3 Integrated engineering services; 71350000-6 Engineering-related scientific and technical services; 71351100-4 Core preparation and analysis services; 71351200-5 Geological and geophysical consultancy services; 71351210-8 Geophysical consultancy services; 71351220-1 Geological consultancy services; 71351500-8 Ground investigation services; 71351720-6 Geophysical surveys of archaeological sites; 71351810-4 Topographical services; 71351811-1 Topographical surveys of archaeological sites; 71351914-3 Archaeological services; 71353000-7 Surface surveying services; 71353100-8 Hydrographic surveying services; 71353200-9 Dimensional surveying services; 71355000-1 Surveying services; 71356000-8 Technical services; 71356200-0 Technical assistance services; 71356300-1 Technical support services; 71356400-2 Technical planning services; 71400000-2 Urban planning and landscape architectural services; 71410000-5 Urban planning services; 71420000-8 Landscape architectural services; 79932000-6 Interior design services; 79933000-3 Design support services; 79934000-0 Furniture design services; 71500000-3 Construction-related services; 71510000-6 Site-investigation services; 71530000-2 Construction consultancy services;
Lot 2 Programme, Project & Cost management Services: 71541000-2 Construction project management services; 79400000-8 Business and management consultancy and related services; 79410000-1 Business and management consultancy services; 79411000-8 General management consultancy services; 71520000-9 Construction supervision services; 71530000-2 Construction consultancy services; 71248000-8 Supervision of project and documentation; 71317210-8 Health and safety consultancy services; 71313410-2 Risk or hazard assessment for construction; 71244000-0 Calculation of costs, monitoring of costs; 71324000-5 Quantity surveying services; 71322100-2 Quantity surveying services for civil engineering works.
II.1.6)Common procurement vocabulary (CPV)

71000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
Yes - 2 Lots as follows:
Lot 1 - Service category No 12: Architectural Services; Related scientific and technical consulting services; Engineering services and integrated engineering services; Urban planning and landscape architectural services; Technical testing and analysis services; and Service category No 27: Other services.
Lot 2 - Service category No 27: Other services. (Project & Cost Management Services)
Please note that Parliament is concerned to maintain independence between cost and design advice, which has contributed to the decision to have separate contracts for architecture and design (Lot 1) and programme, project and cost management (Lot) 2. Parliament is therefore concerned that a conflict of interest may arise if the cost consultant under Lot 2 (whether an individual or a company) were also to provide services under Lot 1. Bidders will need to demonstrate that no such conflict will arise.
Please refer to Appendix B to this notice for further information on scope and value for each of the lots.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Architectural and Building Design Services
1)Short description

Appointment of an architect-led design team to provide client advisory design services for the Palace of Westminster Restoration and Renewal Programme, including any decant accommodation. Client advisory design services are likely to include, but are not limited to, architectural services, design services, building services engineering, civil and structural engineering, health and safety (including asbestos and CDM Regulations), disability (DDA) accessibility, acoustic engineering, approved inspector (building control), interior design, catering services design, landscape design, planning consultancy, fire systems services, security consultancy, specialist lighting design services, ICT system services, Building Information Modelling (see http://www.bimtaskgroup.org/ for more information on Building Information Modelling) and building information management services, drainage engineering services, sustainability and environmental services, energy efficiency services, telephony and telecoms services, services relating to the design of public address systems, decant and relocation services, workspace design services and people flow modelling services.

The intention is to appoint an architect-led design team that will continue for the duration of the programme.
2)Common procurement vocabulary (CPV)

71000000, 71337000, 71313410, 71315210, 71332000, 71241000, 71240000, 71351811, 71351100, 71315410, 71321200, 71314300, 71251000, 71313400, 71315300, 71315200, 71313200, 71315400, 71311200, 71336000, 71320000, 71333000, 71350000, 71250000, 71313430, 71246000, 71248000, 71313420, 71244000, 71353000, 79932000, 71500000, 71243000, 71316000, 71222000, 71313450, 71326000, 71300000, 71356000, 71330000, 71353100, 71321000, 79934000, 71351210, 71313440, 71247000, 71356300, 79933000, 71323200, 71223000, 71317100, 71410000, 71420000, 71351810, 71510000, 71310000, 71315100, 71530000, 71325000, 71353200, 71221000, 71328000, 71318100, 71220000, 71321300, 71313100, 71210000, 71355000, 71323100, 71351720, 71315000, 71313000, 71351914, 71351200, 71356200, 71331000, 71356400, 71327000, 71200000, 71351500, 71317000, 71317210, 71335000, 71334000, 71322000, 71314000, 71314100, 71312000, 71340000, 71317200, 71318000, 71311000, 71311300, 71245000, 71351220, 71321400, 71400000, 71314310, 71311210

3)Quantity or scope
Anticipated range, depending on delivery and outcome option: Average annual fee 10 400 000 to 21 300 000 GBP, including risk, but excluding inflation and VAT.
Estimated value excluding VAT:
Range: between 10 400 000 and 21 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please note that Parliament is concerned to maintain independence between cost and design advice, which has contributed to the decision to have separate contracts for architecture and design (Lot 1) and programme, project and cost management (Lot) 2. Parliament is therefore concerned that a conflict of interest may arise if the cost consultant under Lot 2 (whether an individual or a company) were also to provide services under Lot 1. Bidders will need to demonstrate that no such conflict will arise.
Lot No: 2 Lot title: Programme, Project and Cost Management Services
1)Short description
Appointment of a team to provide client advisory programme, project & cost management services for the Palace of Westminster Restoration and Renewal Programme, including any decant accommodation. Client advisory project & cost management services are likely to include, but are not limited to, programme & project management, cost management, change management, risk management, value management, schedule management (including of the design programme), statutory planning and approvals consultancy, business case preparation and stakeholder management services. The appointment may include similar and related services.
2)Common procurement vocabulary (CPV)

71541000, 71520000, 79400000, 71313410, 71317210, 71248000, 71244000, 79411000, 71324000, 71322100, 71530000

3)Quantity or scope
Anticipated range, depending on delivery and outcome option: Average annual fee 4 000 000 to 8 600 000 GBP, including risk, but excluding inflation and VAT.
Estimated value excluding VAT:
Range: between 4 000 000 and 8 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please note that Parliament is concerned to maintain independence between cost and design advice, which has contributed to the decision to have separate contracts for architecture and design (Lot 1) and programme, project and cost management (Lot) 2. Parliament is therefore concerned that a conflict of interest may arise if the cost consultant under Lot 2 (whether an individual or a company) were also to provide services under Lot 1. Bidders will need to demonstrate that no such conflict will arise.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in the Invitation to Tender documents.
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:
Applicants seeking inclusion on the tender list are required to indicate whether they are a company or a group of companies. In the case of a group of companies no special legal form is required but each supplier will be required to become jointly and severally liable for the contract before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in the Invitation to Tender documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: For the Lot 1 architectural & design services we will only contract with a company that can clearly demonstrate that architectural services make up a significant part of its business activities in accordance with the professional or trade registers of its country of registration.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the Invitation to Tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the Invitation to Tender documents.
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Type of procedure: Competitive procedure with negotiation.
The objective criteria for choosing the limited number of candidates will be stated in the Memorandum of Information at the Prequalification stage. The 5-7 operators achieving the highest weighted scores (resulting from application of the criteria within the prequalification evaluation) will be invited to tender.
It is envisaged that negotiation will take place in successive stages to reduce the number of bidders, by applying the award criteria states in the procurements, ideally to no more than 3, with whom we will conclude final negotiations.
The Corporate Officers reserve the right to award the contract on the tenders without conducting negotiations.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
COM1262/L1 and COM1262/L2
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 81-143689 of 25.4.2015

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
29.9.2015 - 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
English.
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.1)Information about recurrence
This is a recurrent procurement: no
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 Memorandum of Information and Questionnaire will be accessible at the following website http://in-tendhost.co.uk/parliamentuk

To access these documents select the tender reference COM1262 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 In-Tend helpdesk via email: or call +44 1332869400 for further assistance. Please ensure that you allow yourself plenty of time when responding to this Questionnaire prior to the closing date of 12:00 (BST) 29.9.2015. 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. Our project reference number is COM1262/L1 for Lot 1 (Architectural and Building Design Services) and COM1262/L2 for Lot 2 (Programme, Project Management and Cost Management Services).

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.8.2015