Victoria Tower Fabric Safety Project

A Tender Notice
by CORPORATE OFFICERS OF THE HOUSE OF LORDS AND HOUSE OF COMMONS

Source
Find a Tender
Type
Contract (Works)
Duration
6.5 year
Value
95M
Sector
CONSTRUCTION
Published
28 Jun 2024
Delivery
To 22 Feb 2031 (est.)
Deadline
23 Aug 2024 12:00

Concepts

Location

LONDON

Geochart for 2 buyers and 0 suppliers

Description

Victoria Tower, as part of the Palace of Westminster, is a world renowned heritage asset. Acknowledged by its Grade I listed designation and UNESCO World Heritage Site. Victoria Tower is 325 ft tall and is sited above Sovereign’s Gate at the south-west end of the Palace site. The Tower was originally designed as a royal entrance and a repository for the records of Parliament and is currently home to the Parliamentary Archives although these are in the process of being moved elsewhere. Significant repairs were last undertaken to Victoria Tower in the early 1990s. The building fabric has deteriorated in the intervening period, and it is now necessary to undertake repairs to the external envelope of Victoria Tower via a full-height scaffold. Parliament is exercising their duty of care to prevent future deterioration of the building fabric as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster. This notice relates to the Contracting Authority’s intention to appoint a contractor under NEC4 ECC Option B contract (with secondary clauses and amendments), to deliver temporary works, and subsequent conservation and repair work, to the Victoria Tower.

Total Quantity or Scope

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) invite potential tenderers to consider participation in this call for competition of the main works contract. The Contracting Authority intends to appoint a contractor under a NEC4 ECC Option B contract, to deliver temporary works, with subsequent conservation and repair work, to the Victoria Tower. The temporary works includes design, site logistics, site set up, hoardings, temporary electrics, piling, groundworks, enabling works, crash deck scaffolding removal, primary steel support trusses and towers, full scaffolding / protection, and stone cleaning. The subsequent conservation and repair scope of works includes: stone repairs, decorating, gilding and other miscellaneous works, roof (cast iron tiles and supporting structure, skylight, fall arrest system), windows refurbishment, metalwork restoration, fire stopping, MEP and adaptions to existing MEP equipment, waterproofing to balconies, guttering, rainwater pipes & leadwork, pigeon netting, flagpole repair works, temporary flagpole, removal of scaffolding and site reinstatement. Interested suppliers who wish to participate in this procurement are requested to download and review the documents available on the Contracting Authority’s procurement portal - https://atamis-ukparliament.my.site.com/s/WelcomeAll tender documentation will also be provided to tenderers via an external SharePoint site. Technical documentation will not be uploaded onto the procurement portal and will be made available on the external SharePoint only, due to the size and quantity of the documents. Interested suppliers wishing to participate are required to complete and return a Non-Disclosure Agreement (NDA), and provide Cyber Essentials certification, prior to accessing the ITT. Following receipt of NDAs and Cyber Essentials certification to the Authority, tenderers will be requested to provide a name and email address of a user to access the SharePoint site. These details shall be submitted by the tenderer using the Atamis portal. On receipt of these details, access rights to read documents will be set up in SharePoint. Access will be made available following receipt of an activation email which will be issued directly to the user.

CPV Codes

  • 45000000 - Construction work
  • 45262512 - Dressed stonework
  • 45111290 - Primary works for services
  • 45111291 - Site-development work
  • 45111300 - Dismantling works
  • 45212300 - Construction work for art and cultural buildings
  • 45212353 - Palace construction work
  • 45223210 - Structural steelworks
  • 45261910 - Roof repair
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262510 - Stonework
  • 45262511 - Stone carving
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings
  • 45453000 - Overhaul and refurbishment work
  • 45212350 - Buildings of particular historical or architectural interest

Indicators

  • Bids should cover the whole contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price and quality.

Other Information

The procurement documents are available for download from the Contracting Authority’s electronic procurement portal link provided above, and an external SharePoint site. The Contracting Authority will maintain design responsibility for all the fabric related design throughout the project lifecycle (with the exception of specialist Contractor’s Design items which will be defined during the process). The RIBA Stage 4 design for the scaffold and associated temporary works will be developed by the Contractor who will assume overall design responsibility for these packages inclusive of piling.The Parliamentary Commercial Directorate uses an e-tendering portal (hosted by Atamis) to manage its procurement processes. You will need to register on the portal before you can view the associated tender documents. Where a supplier is already registered on Atamis, a new user should select to join their existing supplier account when prompted. Users joining an existing supplier account will be approved by the primary contact of the supplier. If the primary contact has left the business without passing on this role, please e-mail PCD@parliament.uk. Registering on the e-tendering portal does not mean you are a supplier to either the House of Commons or House of Lords. The Suitability Questionnaire and ITT documentation is accessible at the Houses of Parliament's e-procurement portal: https://atamis-ukparliament.my.site.com/s/Welcome SQ and tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. You are advised to allow sufficient time when responding to the SQ and ITT. Late SQs and tenders will not be accepted

Reference

Domains