Published date: 8 March 2017

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 23 March 2017

Contract summary

Industry

  • Architectural, construction, engineering and inspection services - 71000000

  • Architectural and related services - 71200000

  • Advisory architectural services - 71210000

    • Architectural design services - 71220000

    • Architectural services for buildings - 71221000

    • Architectural services for outdoor areas - 71222000

    • Architectural services for building extensions - 71223000

    • Architectural, engineering and planning services - 71240000

    • Feasibility study, advisory service, analysis - 71241000

    • Project and design preparation, estimation of costs - 71242000

    • Draft plans (systems and integration) - 71243000

    • Approval plans, working drawings and specifications - 71245000

    • Supervision of building work - 71247000

    • Supervision of project and documentation - 71248000

    • Architectural, engineering and surveying services - 71250000

    • Architectural and building-surveying services - 71251000

    • Engineering services - 71300000

    • Consultative engineering and construction services - 71310000

    • Civil engineering consultancy services - 71311000

    • Civil engineering support services - 71311100

    • Infrastructure works consultancy services - 71311300

    • Structural engineering consultancy services - 71312000

    • Environmental engineering consultancy services - 71313000

    • Noise-control consultancy services - 71313100

    • Sound insulation and room acoustics consultancy services - 71313200

    • Risk or hazard assessment for construction - 71313410

    • Environmental standards for construction - 71313420

    • Environmental indicators analysis for construction - 71313430

    • Environmental Impact Assessment (EIA) services for construction - 71313440

    • Environmental monitoring for construction - 71313450

    • Energy and related services - 71314000

    • Electrical services - 71314100

    • Energy-management services - 71314200

    • Energy-efficiency consultancy services - 71314300

    • Heating engineering services for buildings - 71314310

    • Building services - 71315000

    • Building-fabric consultancy services - 71315100

    • Building services consultancy services - 71315210

    • Building surveying services - 71315300

    • Building-inspection services - 71315400

    • Inspection of ventilation system - 71315410

    • Telecommunication consultancy services - 71316000

    • Hazard protection and control consultancy services - 71317000

    • Fire and explosion protection and control consultancy services - 71317100

    • Health and safety consultancy services - 71317210

    • Advisory and consultative engineering services - 71318000

    • Artificial and natural lighting engineering services for buildings - 71318100

    • Engineering design services - 71320000

    • Engineering design services for mechanical and electrical installations for buildings - 71321000

    • Construction economics services - 71321100

    • Heating-system design services - 71321200

    • Plumbing consultancy services - 71321300

    • Ventilation consultancy services - 71321400

    • Engineering design services for the construction of civil engineering works - 71322000

    • Pipeline-design services - 71322200

    • Electrical power systems design services - 71323100

    • Plant engineering design services - 71323200

    • Foundation-design services - 71325000

    • Ancillary building services - 71326000

    • Load-bearing structure design services - 71327000

    • Miscellaneous engineering services - 71330000

    • Drilling-mud engineering services - 71331000

    • Geotechnical engineering services - 71332000

    • Mechanical and electrical engineering services - 71334000

    • Engineering studies - 71335000

    • Corrosion engineering services - 71337000

    • Integrated engineering services - 71340000

    • Engineering-related scientific and technical services - 71350000

    • Geological, geophysical and other scientific prospecting services - 71351000

    • Core preparation and analysis services - 71351100

    • Geological consultancy services - 71351220

    • Ground investigation services - 71351500

    • Weather-forecasting services - 71351600

    • Meteorology services - 71351610

    • Geophysical surveys of archaeological sites - 71351720

    • Topographical and water divining services - 71351800

    • Topographical surveys of archaeological sites - 71351811

    • Archaeological services - 71351914

    • Seismic services - 71352100

    • Seismographic surveying services - 71352110

    • Dimensional surveying services - 71353200

    • Cadastral surveying services - 71354300

    • Surveying services - 71355000

    • Technical planning services - 71356400

    • Landscape architectural services - 71420000

    • Construction-related services - 71500000

    • Site-investigation services - 71510000

    • Construction-site supervision services - 71521000

    • Construction consultancy services - 71530000

    • Consulting services for water-supply and waste consultancy - 71800000

    • Fire-prevention services - 75251110

    • Sewer survey and sewage treatment consultancy services - 90490000

    • Services relating to contaminated soil - 90522000

    • Asbestos removal services - 90650000

    • Environmental issues consultancy services - 90713000

    • Corporate environmental auditing services - 90714200

Location of contract

SW1A 0AA

Value of contract

£43,000,000

Procurement reference

FWK1097

Published date

8 March 2017

Closing date

23 March 2017

Contract start date

1 August 2017

Contract end date

31 July 2021

Contract type

Service contract

Procedure type

Restricted procedure

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly (the Contracting Authority) seeks expressions of interest from suitability qualified and experienced economic operators to enter into a four year framework agreement (Authority's reference: FWK1097) to provide multi-disciplinary architectural and engineering design services for the Authority's Strategic Estates' various business as usual projects over a 4 year term. The on-going planned and reactive works to the buildings within the estate include building refurbishment, new build and maintenance projects. The projects and services will utilise the RIBA Plan of Work 2013 and will be carried out to BIM Level 2. The Framework Consultants may be appointed to fulfil projects that fall under other strategic programmes that Strategic Estates is supporting.

The majority of buildings on the Authority's estate are Grade I and Grade II listed buildings, requiring historic building conservation expertise in all aspects of design. Economic operators to be appointed will be practices able to provide an in-house architectural lead with a proven track record of working on projects involving prestigious buildings of significant historical interest, with demonstrable experience of having integrated innovative engineering solutions, within conservation/listed building constraints. For the purposes of the CDM Regulations, in most instances the appointed consultants will be the Principal Designer.

It is envisaged that the majority of individual projects will be progressed by the Authority to planning/design-brief stage whereupon the Authority will then commence the procurement of contractors to carry out the works. Framework providers will also be required to provide services during the construction phase, for occasional redesign upon discovery of site conditions, but predominantly oversight and commissioning to ensure that their designs have been delivered under the NEC3 Supervisory Role.

The Contracting Authority is seeking to appoint up to 4 economic operators who will provide multi-disciplinary design team services and associated professional consultancy services either in-house or sub-contracted through established and effective supply chains. It is envisaged services will include:
Architectural Services (including Conservation Architect Services);
Mechanical and Public Health Engineering;
Electrical Engineering;
Control Systems and Electronics Engineering;
Structural and Civil Engineering;
Fire Engineering;
NEC3 Supervisor; and
Other Specialisms.

In addition, supplementary specialist services will also be required to achieve a fully integrated design service. These specialist services may include but not limited to: Acoustic Engineering, Building Control/Approved Inspector, Asbestos Consultancy services, Workspace Planning Services, Catering Design and Specification Services, Sustainability ...


More information

Links

Additional text

The SQ documentation will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable.

To access these documents select the tender reference FWK1097 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 PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance.

You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12.00 noon UK time on Thursday 23th of March 2017. Late tenders will not be accepted. 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.


Is a Recurrent Procurement Type? : No


About the buyer

Contact name

Parliamentary Procurement & Commercial Service

Address

7 Millbank
London
London
SW1A 0AA
United Kingdom

Telephone

02072191600

Email

ppcs@parliament.uk