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.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
FWK1136 PMCM1070 - MEP&F Programme Controls Team
Reference number
PMCM 1070
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
FWK1136 PMCM1070 - MEP&F Programme Controls Team
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) have procured Programme Controls Services (which includes Project and Cost Management Services) for the Mechanical, Electrical, Public Health, and Fire (MEP&F) Programme. Services Include: Programme Director services
Programme Risk Manager services
Programme Cost Manager services
Business Case Writer services
NEC4 Contract Administrator services
Planner services
Logistics Lead services
Information Manager/Document Controller services
Benefits Manager services
and similar related services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £13,029,003
two.2) Description
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Parliament, Westminster and consultant offices
two.2.4) Description of the procurement
MEPF Programme Controls Team
FWK1136 PMCM1070 - MEP&F Programme Controls Team
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) have procured Programme Controls Services (which includes Project and Cost Management Services) for the Mechanical, Electrical, Public Health, and Fire Strategy (MEP&F) Programme. Services Include: Programme Director services
Programme Risk Manager services
Programme Cost Manager services
Business Case Writer services
NEC4 Contract Administrator services
Planner services
Logistics Lead services
Information Manager/Document Controller services
Benefits Manager services
and similar related services
Duration of contract is 7-years, the Contract will commence 17 February 2025- 16 February 2032. The extension options are 1+1+1+1 years, full contract terms with all extensions is 11-years.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Duration of contract is 7-years. The extension options are 1+1+1+1 years, full contract terms with all extensions is 11-years.
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
Price is not the only award criteria.
Price 30%
Technical 70%
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
The procurement falls outside the scope of application of the regulations
This is a call-off contract from a Framework
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
WSP UK LIMITED
70 Chancery Lane, London, WC2A 1AF
UK
WC2A 1AF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01383511
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £27,000,000
Lowest offer: £13,029,003 / Highest offer: £18,593,936 taken into consideration
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 71 %
Short description of the part of the contract to be subcontracted
Some roles will be subcontracted includes Risk Manager role
Section six. Complementary information
six.3) Additional information
This Contract Award Notice is being placed voluntarily as the contract was awarded as call off contract following a mini competition under (in-house) Framework Ref 1136 Project and Cost Management Framework.
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