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
Section I: Contracting authority
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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKI1
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.
71000000
Tenders may be submitted for one or more lots
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.
Information about lots
Lot No: 1 Lot title: Architectural and Building Design ServicesAppointment 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.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
Estimated value excluding VAT:
Range: between 10 400 000 and 21 300 000 GBP
71541000, 71520000, 79400000, 71313410, 71317210, 71248000, 71244000, 79411000, 71324000, 71322100, 71530000
Estimated value excluding VAT:
Range: between 4 000 000 and 8 600 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: As stated in the Invitation to Tender documents.
As stated in the Invitation to Tender documents.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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.
Prior information notice
Notice number in the OJEU: 2015/S 81-143689 of 25.4.2015
Section VI: Complementary 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).