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
Telephone
+44 2072191600
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
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
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."