Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)
Postal address: UK Parliament, Westminster
Town: London
NUTS code:
UKI32Postal code: SW1A 0AA
Country: United Kingdom
Contact person: Richard Keys
E-mail:
keysr@parliament.ukInternet address(es):
Main address: www.parliament.uk
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityOther type: UK Parliament
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: GSV2019
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons is looking to engage 2 full time specialised clerk of works (CoW) from RIBA Stage K to Stage L (5-6) to lead, direct and co-ordinate and to act as client’s/architect’s representative on site for the construction phases for fire safety improvement works programme which currently consists of 3 live projects which are being undertaken across the Parliamentary Estate. The Consultant will support the completion of 1 major project which sits within the programme. The project is scheduled to conclude on 31.12.020.
II.1.5)Estimated total valueValue excluding VAT: 250 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71000000
II.2.3)Place of performanceNUTS code: UKI32
Main site or place of performance:
II.2.4)Description of the procurement:
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons is looking to engage 2 full time specialised clerk of works (CoW) from RIBA Stage K to Stage L (5-6) to lead, direct and co-ordinate and to act as client’s/architect’s representative on site for the construction phases for fire safety improvement works programme which currently consists of 3 live projects which are being undertaken across the Parliamentary Estate. The Consultant will support the completion of 1 major project which sits within the programme. The project is scheduled to conclude on 31.12.2020. The SQ/ITT documents 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 email are not acceptable. To access these documents select the tender reference GSV2019 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)2072191600 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 1.1.2020. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load 1 document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 11
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 10/01/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 10/01/2020
Local time: 12:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of Justice
Postal address: The Strand
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:27/11/2019