Closed

Intrusive Surveys Framework Restoration & Renewal Programme

Descriptions

A Contractor on this Lot will undertake structurally intrusive surveys at the Palace of Westminster. This is a heritage environment (Grade I listed building), which has significant constraints on access and security restrictions. The structurally intrusive investigations will be undertaken to obtain information on the geometry, physical properties, performance and condition of masonry elements, reinforced concrete structures, precast concrete elements, core and material (dust) sampling and testing, brick/stone and paint specimens; the presence of hidden voids; the geometry, physical properties and condition of steel and iron elements, timber elements, 19th century ceilings and raised floors; the condition of flat roofs, buildups and materials for room finishes; services distribution routes; the Contractor will undertake NDT, coring, radar scanning, GRP and GRS. These surveys will provide data on the structure of the building, compartmentation and the loading of floors. Intrusive structural surveys will also be undertaken to determine the physical property and condition of boundary and internal fencing including foundations. Intrusive surveys will be undertaken to establish properties and conditions of hatches, ceiling types, hidden voids, chimney pieces, fire places, cast iron and cast iron protection surrounds; fixings, glazing and weatherings of windows. The Contractor may also be required to undertake a survey of the façade; curtain walling, external doors, lead spandrel panels, insulated glazing units, brise soleils, balustrade and guardrails, entrance canopy, roof plant enclosures, louvres; fire compartmentation; junction of the slab edge with the external wall / façade, junction of the floor slab with any protected shaft / riser, life shafts, fire stopping of any openings in the floor slab, integrity of the protected staircase, integrity of protected shaft / risers and fire stopping of any service penetrations, integrity of protected lobbies to staircases and lifts, fire door condition survey, integrity of compartment walls and fire stopping of service penetrations, provision and condition of cavity barriers in concealed voids including ceiling and floor voids, investigation of basement natural smoke vent. The Contractor will undertake similar intrusive structural surveys in other locations outside the Palace of Westminster, including but not limited to the QEII conference centre. Surveys will also include waterproofing and movement joint surveying, minor external excavations below ground level; core and material (dust) sampling and testing; lead paint survey; hanger casing removal and testing; fire hydrants and routes surveys. The Contractor shall produce BIM execution plans, fully dimensioned and annotated drawings and tagged photographs and interpretive reports. Tests are to be carried out in accredited laboratories. The Contractor will provide suitable qualified personnel to carry out investigations and testing, record and report findings and input into BIM. At ITT stage, Tenderers may be required to submit their Tender in two parts: Part One will be a Tender for a place on the Framework Agreement for this Lot and Part Two will be a Tender for the first Call-Off Contract for this Lot. See PQP for further information on the evaluation methodology to be applied at ITT stage for the award of a place on the Framework Agreement for this Lot and for the first Call-Off Contract. Further details of the requirements for the Part One and Part Two Tenders will be produced by the Delivery Authority and provided to Tenderers at ITT stage. The Delivery Authority intends to invite five Candidates to tender for this Lot and award three places on the Framework Agreement for this Lot. See the PQP for further details.

Timeline

Published Date :

26th Mar 2021 3 years ago

Deadline :

4th May 2021 3 years ago

Contract Start :

N/A

Contract End :

N/A

Tender Regions

CPV Codes

45262100 - Scaffolding work

71630000 - Technical inspection and testing services

71700000 - Monitoring and control services

45262500 - Masonry and bricklaying work

45262660 - Asbestos-removal work

71900000 - Laboratory services

45262330 - Concrete repair work

71351200 - Geological and geophysical consultancy services

45212350 - Buildings of particular historical or architectural interest

45453000 - Overhaul and refurbishment work

71351100 - Core preparation and analysis services

71520000 - Construction supervision services

45431000 - Tiling work

71250000 - Architectural, engineering and surveying services

45216114 - Parliament and public assembly buildings

71312000 - Structural engineering consultancy services

71314100 - Electrical services

45440000 - Painting and glazing work

45262670 - Metalworking

45212353 - Palace construction work

71352000 - Subsurface surveying services

45262510 - Stonework

71315300 - Building surveying services

45262600 - Miscellaneous special-trade construction work

71631400 - Technical inspection services of engineering structures

45261900 - Roof repair and maintenance work

45262511 - Stone carving

45113000 - Siteworks

71351500 - Ground investigation services

71313000 - Environmental engineering consultancy services

45420000 - Joinery and carpentry installation work

71355000 - Surveying services

71351720 - Geophysical surveys of archaeological sites

71317000 - Hazard protection and control consultancy services

45410000 - Plastering work

45111250 - Ground investigation work

71351811 - Topographical surveys of archaeological sites

71510000 - Site-investigation services

45000000 - Construction work

71315400 - Building-inspection services

45262512 - Dressed stonework

63712700 - Traffic control services

71315410 - Inspection of ventilation system

45432000 - Floor-laying and covering, wall-covering and wall-papering work

45311000 - Electrical wiring and fitting work

45120000 - Test drilling and boring work

71351914 - Archaeological services

45454100 - Restoration work

71350000 - Engineering-related scientific and technical services

45443000 - Facade work

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Closed

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors