Tender Details
Title

Heritage Collections Storage Services The Authority is seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an ...

Country
Language
English
Organization
Published Date
24.10.2024
Deadline Date
01.11.2024
Overview
Heritage Collections Storage Services The Authority is seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an ... The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly) Heritage Collections Storage Services - Opportunity Heritage Collections Storage Services The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly) F02: Contract notice Notice reference: 2024/S 000-034468 Published 24 October 2024, 12:52pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly) Parliament Square LONDON SW1A 0AA Contact Parliamentary Commercial Directorate Email pcd@parliament.uk Telephone +44 2072198592 Country United Kingdom NUTS code UKI32 - Westminster National registration number 210715608 Internet address(es) Main address https://www.parliament.uk/ Buyer's address https://www.parliament.uk/ one.3) CommunicationI.3) Communication Access to the procurement documents is restricted. Further information can be obtained at https://atamis-ukparliament.my.site.com/s/Welcome Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Heritage Collections Storage Services Reference number GSV2738 two.1.2) Main CPV codeII.1.2) Main CPV code 63120000 - Storage and warehousing services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description The Authority is seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an initial term of 5 years with the option for the Authority to extend for a period of up to 5 years in 1 year extensions two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £20,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI32 - Westminster Main site or place of performance Palace of Westminster two.2.4) Description of the procurementII.2.4) Description of the procurement The Authority is seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an initial term of 5 years with the option for the Authority to extend for a period of up to 5 years in 1 year extensions. The facility must have space and accommodation for Parliamentary staff to work within the dedicated storage space. The facility must be fit for the purpose of storing heritage objects within climate-controlled spaces and have an ancillary space for use as a conservation studio. It needs to provide industry-standard, object storage systems (at 3.5m high) with good floor loading (at 5kN/m2 or above) to enable the efficient storage of different object media. This is likely to necessitate storage on ground floor slab for Architectural Fabric Collection (AFC) objects due to the requirement to move objects via forklift. The Contract will also require transport in GIS-compliant, secure, temperature-controlled vehicles with air-ride suspension, and a regular porterage service up to three times per week with a team of 4-6 technicians. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £20,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 120 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria Applicants will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. Minimum level(s) of standards possibly required The Authority expressly reserves the right to require a candidate to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the Selection Questionnaire. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 1 November 2024 four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 28 November 2024 Local time 12:00pm Place Palace of Westminster Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body The High Court of Justice The Strand London WC2A 2LL Country United Kingdom Internet address http://judiciary.uk/highcourt six.4.2) Body responsible for mediation proceduresVI.4.2) Body responsible for mediation procedures The High Court of Justice The Strand London WC2A 2LL Country United Kingdom Internet address http://judiciary.uk/highcourt six.4.4) Service from which information about the review procedure may be obtainedVI.4.4) Service from which information about the review procedure may be obtained The High Court of Justice The Strand London WC2A 2LL Country United Kingdom Internet address http://judiciary.uk/highcourt Back to top 1729786673 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Heritage Collections Storage ServicesThe Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)  The Authority is seeking a supplier to store its heritage objects. The requirement is for a minimum of 3,300 square metres of fit for purpose, non-shared floor space within a secure, object storage facility located within 2 hours travel via public transport of Westminster, UK. This will be for an ...  Notice typeF02: Contract noticeClosing1 November 2024 - no time specifiedContract locationUKI32 - WestminsterTotal value £20,000,000 Publication date24 October 2024, 12:52pm
NAICS
Business All Other Professional Jewelry Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Architectural Turned Product and Screw Other Justice Regulation Commercial Jewelry Courts Corporate Courts Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Funds
CPVS
Collection, transport and disposal of hospital waste System, storage and content management software package Mains Architectural, engineering and planning services Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Frames Architectural, engineering and surveying services Squares Supports System, storage and content management software development services Watches Accommodation, building and window cleaning services Vats Parts of other vehicles Other services Keys Architectural, construction, engineering and inspection services Radio, television, communication, telecommunication and related equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Forklifts House Nuts T squares Awards Watches Storage General goods storage Corporate states Single room Case making services Felt fabrics Fluorine-based medical imaging agents, media, and tracers
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Supply Architecture Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Transportation Printing and Publishing Services Travel and Tourism Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Industry Petroleum Products Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert