Awarded
GSV1179 Independent Options Appraisal and Related Services.
Descriptions
The Contracting Authority is seeking to procure a supplier (the Supplier) to undertake an independent appraisal of the options (the IOA) available to the Contracting Authority for delivery of the future Palace of Westminster (the Palace) restoration and renewal programme (the Programme).The Pre Feasibility Study published in October 2012 (the Study) provided the basis for the House of Commons Commission and the House of Lords House Committee to narrow the options for the future restoration and renewal of the Palace of Westminster. It was agreed that an independent and impartial appraisal of these options (the IOA) will be undertaken as the next step and that this will assist in enabling the two Houses to reach a decision on the preferred way forward.In delivering the IOA, it is anticipated that the Supplier will examine the costs, benefits, risks and general feasibility of each of the main Options available to the Contracting Authority in more detail than was possible at the time of the Study, and drawing on all available information.The Contracting Authority has a number of work strands (the Workstreams) on going and an updated report for each of the Workstreams will be provided to the Supplier upon appointment. A list of the Workstreams is included within Part 3 of 3 (Project Information) of the Pre Qualification Questionnaire (PQQ).The reports on the Workstreams will enable the Supplier to evaluate the extent to which each option would provide opportunities to achieve benefits, such as, for example, improved environmental performance and reduced ongoing maintenance costs.In as far as the Options (to be considered within the IOA) may involve a temporary relocation of Parliamentary functions, the Supplier will examine the costs and risks associated with this approach (bearing in mind the essential requirement that Parliament must be able to continue its work uninterrupted at all times).The overall aim of the IOA is to deliver an independently produced, costed appraisal of the remaining options available to the Contracting Authority to deliver the Programme (including, where required, any decant requirements where identified or inherent within the option), with a view to enabling Parliament to reach a well founded decision in principle on the means of restoring and renewing the Palace of Westminster while maintaining business continuity; and to pave the way for subsequent development of an Outline Business Case (OB), that meets the requirements for public sector best practice, as set out in the HM Treasury Green Book on Business Case Guidance.It is therefore presently envisaged that the scope of services (the Scope) required may therefore include (but not be limited to) some or all of the following:management consultancy services;research and information management services;property management services, including management of building surveying, facilities management, acquisitions / disposals, and dilapidations;architectural master planning and design services;architectural technology services;heritage and conservation planning guidance and advisory services;structural and civil engineering design services;building environmental services, design and engineering services;construction feasibility studies, planning and management (including logistics planning and temporary structure / works design and planning);project and programme management services;quantity surveying, cost and value management services;environmental sustainability design and guidance services;planning design, consultancy and advisory services;risk management services;quality management services;health, safety and welfare design and advisory services;building regulations and building control guidance and advisory services;security management guidance and advisory services;report writing, including (but not limited to) business cases, options appraisals and feasibility studies.In addition to the above, the Supplier may or may not be required to assist the Contracting Authority with the delivery of further services relating to the implementation of the Programme, including (but not limited to) assisting with business case development, and delivery of any future advisory or assurance or management services.The Supplier may also be subsequently invited to act as the Supervisor or the Coordinator (as defined in the Construction (Design and Management) Regulations 2007), if and when required or asked to do so by the Contracting Authority.The Scope may also include the adoption and development of the Contracting Authoritys outline or scheme design information, into the detailed design of the works that may form any future programme of works, which may result in the Supplier offering design warranties and performance certification for those works and / or materials supplied that are designed and / or tested by the Supplier.Full details of the Scope (including the warranties that will be sought from the Supplier) will be provided to those Applicants that are shortlisted to receive the Invitation to Tender (ITT).In delivering the Scope, it is anticipated that the Supplier will largely work on the Parliamentary Estate and be based within the offices of the Contracting Authority. The Suppliers work will be facilitated by the internal Programme team, which will ensure that it has all necessary access to information, people and information communication technology (ICT) systems.The Contracting Authority will be using the procurement process (the Procurement) to assess and identify a suitably competent Supplier that will deliver the Scope at the right level of quality, price and on time. It is anticipated that, through the Procurement, the Supplier will be able to demonstrate a good financial standing, supported by appropriate levels of relevant business turnover, insurance cover, and significant experience in (but not limited to) one or more of the following:delivery of feasibility studies, independent options appraisals, scoping studies, and business cases in the early stages of complex projects or programmes;an ability to maintain an independence of the suppliers approach (and those of its employees and its Relevant Companies and their employees) whilst delivering services across several locations (including that of the Contracting Authority);he delivery of multidisciplinary services for a single client over a pro longed period of time;he management of a range of stakeholders operating in a complex political environment;he delivery of services within challenging schedule constraints;experience in identifying and managing the risks associated with large construction programmes (including health and safety, design, schedule, cost, procurement and environmental sustainability);having maintained a good financial standing, with appropriate levels of turnover;an ability to source the required levels of insurance cover.In addition, whilst it is not an absolute requirement for an Applicant to demonstrate experience of having worked on either National Trust Grade 1 listed buildings, Sites of Special Interest, or UNESCO World Heritage List sites, it is noted that experience of providing similar services to the Scope on buildings of this type may be advantageous to prospective Applicants, and will be reflected within the scoring of the Applicants technical response to this PQQ.More detail on the specific criteria that will be used by the Contracting Authority to identify a shortlist of organisations that will receive the ITT can be found elsewhere within the PQQ.
Timeline
Published Date :
Deadline :
Tender Awarded :
Awarded date :
Contract Start :
Contract End :
Tender Regions
CPV Codes
71356400 - Technical planning services
71310000 - Consultative engineering and construction services
71325000 - Foundation design services
71334000 - Mechanical and electrical engineering services
71630000 - Technical inspection and testing services
79418000 - Procurement consultancy services
71243000 - Draft plans (systems and integration)
71356000 - Technical services
71242000 - Project and design preparation, estimation of costs
71333000 - Mechanical engineering services
71246000 - Determining and listing of quantities in construction
71356200 - Technical assistance services
71500000 - Construction-related services
71326000 - Ancillary building services
71315200 - Building consultancy services
71631000 - Technical inspection services
71248000 - Supervision of project and documentation
71230000 - Organisation of architectural design contests
71621000 - Technical analysis or consultancy services
79410000 - Business and management consultancy services
71520000 - Construction supervision services
71330000 - Miscellaneous engineering services
71250000 - Architectural, engineering and surveying services
71530000 - Construction consultancy services
71312000 - Structural engineering consultancy services
71311300 - Infrastructure works consultancy services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71245000 - Approval plans, working drawings and specifications
71240000 - Architectural, engineering and planning services
71540000 - Construction management services
71356100 - Technical control services
71315300 - Building surveying services
71324000 - Quantity surveying services
71335000 - Engineering studies
71631400 - Technical inspection services of engineering structures
71247000 - Supervision of building work
71313000 - Environmental engineering consultancy services
71356300 - Technical support services
71521000 - Construction-site supervision services
71541000 - Construction project management services
71631300 - Technical building-inspection services
71510000 - Site-investigation services
71315400 - Building-inspection services
71320000 - Engineering design services
71241000 - Feasibility study, advisory service, analysis
71315100 - Building-fabric consultancy services
71336000 - Engineering support services
71300000 - Engineering services
71251000 - Architectural and building-surveying services
71244000 - Calculation of costs, monitoring of costs
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors