Tender

Repairs to the House of Lords Chamber Roof (RHOLCR) - Main Works Contract

  • The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)

F02: Contract notice

Notice identifier: 2025/S 000-004911

Procurement identifier (OCID): ocds-h6vhtk-0486cf

Published 13 February 2025, 12:10pm



Section one: Contracting authority

one.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 2072191600

Country

United Kingdom

Region code

UKI32 - Westminster

National registration number

210715608

Internet address(es)

Main address

https://www.parliament.uk/

Buyer's address

https://atamis-ukparliament.my.site.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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 electronically via

https://atamis-ukparliament.my.site.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repairs to the House of Lords Chamber Roof (RHOLCR) - Main Works Contract

Reference number

BCE1109

two.1.2) Main CPV code

  • 45260000 - Roof works and other special trade construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The Corporate Officer of the House of Commons and the Corporate Officer of the House of Lords (acting jointly) invite requests to participate from suitable organisations who wish to tender for a contract for the Repairs to House of Lords Chamber Roof - main works. The scope includes the removal, refurbishment or replacement, and re-installation of cast iron roof components, and in-situ repairs to the supporting structure to the cast iron roof over the House of Lords (HoL) Chamber and adjacent rooms. This will be a Traditional Design (by the existing appointed consultant team) with the successful Contractor taking on design responsibility for the temporary works, scaffold, logistics and mechanical and electrical work.

Estimated duration 3.5 years, subject to dialogue (Competitive Dialogue procedure).

two.1.5) Estimated total value

Value excluding VAT: £26,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44470000 - Cast-iron products

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

UK Parliament

two.2.4) Description of the procurement

The Corporate Officer of the House of Commons and the Corporate Officer of the House of Lords (acting jointly) invite requests to participate from suitable organisations who wish to tender for a contract for the Repairs to House of Lords Chamber Roof - main works. The scope includes the removal, refurbishment or replacement, and re-installation of cast iron roof components, and in-situ repairs to the supporting structure to the cast iron roof over the House of Lords (HoL) Chamber and adjacent rooms. This will be a Traditional Design (by the existing appointed consultant team) with the successful Contractor taking on design responsibility for the temporary works, scaffold, logistics and mechanical and electrical work.

The HoL Chamber roof is the largest single cast iron roof at the Palace of Westminster. In plan the roof is over one thousand square metres, made up of over 5,000 individual external cast iron components. A single cast iron tile can weigh 75kg.

A comprehensive overhaul of the HoL Chamber cast iron roof was carried out in 1996 and it was therefore not included in the more recent programme of cast iron roof works. Remedial works were carried out on the roof in 2015 and a survey was undertaken in 2021 which highlighted that the roof was continuing to deteriorate, with failure of the paint system and jointing both internally and externally, potentially allowing water ingress in these areas. Whilst temporary measures are in place, the roof now requires complete refurbishment.

This project will ensure that the cast iron roof is repaired, mitigating health and safety risks and preventing irreversible heritage damage. It will also ensure both Houses fulfil their duty of care obligations as custodians of the Grade 1 listed building and part of a UNESCO World Heritage Site.

The procurement is following a Competitive Dialogue procedure to enable dialogue on key topics where Contractor input would be beneficial such as scaffold, temporary works, logistics and programme, as well as approach to meeting the cast iron repair works specification. The overall programme for this contract is anticipated to be approximately 3.5 years, and dates are indicative, however this will be tested and confirmed during the dialogue process, taking into account feedback on the implications of, and approach to constraints that will apply.
Estimated contract value includes Option X1 inflation to the end of the contract, but excludes VAT and risk/compensation events (NEC4 ECC form). Additional documentation will be made available following security clearances for the dialogue stage.

The requirements are set out within the procurement documents which are downloadable free of charge from Atamis: https://atamis-ukparliament.my.site.com/s/Welcome

If your organisation is not already registered on the UK Parliament Atamis portal, please use the URL above and click on the 'Register here' button, registration is free. Guidance on how to register is available via a link beneath the registration button. Once logged in, click on ‘Find opportunities’ and follow the on-screen instructions. Supplier guidance and support is available once logged in. To ensure you receive email notifications from our system, please add the email domain 'notifications@atamis.co.uk’ to your Safe Senders list. The portal does not currently have the ability to generate alerts to registered suppliers when a new opportunity is published, therefore suppliers are encouraged to register as a supplier and subscribe to the notification service available in both Find a Tender and Contracts Finder to ensure they are notified immediately after publication of any new opportunities.

two.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 value

Value excluding VAT: £26,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

the top three scoring at SQ providing they meet the requirements as set out in the procurement documents (SQ) - note number of candidates to be invited is subject to three suppliers meeting the minimum requirements

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

as set out in the modification review clause in the Invitation to Participate in Dialogue and the NEC4 ECC z clauses.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Potential modifications to the proposed contract are set out in the Modification Review Clause in the Invitation to Participate in Dialogue document and also the Contract z clauses.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-024157

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 March 2025

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 May 2025

four.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 tender

Duration in months: 18 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://judiciary.uk/highcourt

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

"The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers."