Opportunity

FWK1136 Project Management and Cost Management Framework

  • The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons

F02: Contract notice

Notice reference: 2023/S 000-007762

Published 16 March 2023, 6:19pm



Section one: Contracting authority

one.1) Name and addresses

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons

Houses of Parliament

LONDON

Contact

Scott Rossiter

Email

rossiters@parliament.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://in-tendhost.co.uk/parliamentuk/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/parliamentuk/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/parliamentuk/aspx/Home

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Parliament


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FWK1136 Project Management and Cost Management Framework

Reference number

FWK1136

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority intends to establish a multi-supplier framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The Parliamentary Estate has a unique built asset portfolio consisting of Grade I, II and II* listed buildings, several of which require refurbishment due to the age and fragility of the buildings, the inadequacy of mechanical and electrical services, poor environmental performance, fire safety improvement requirements and otherwise.

two.1.5) Estimated total value

Value excluding VAT: £88,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30196000 - Planning systems
  • 64216210 - Value-added information services
  • 71240000 - Architectural, engineering and planning services
  • 71313410 - Risk or hazard assessment for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71315200 - Building consultancy services
  • 71315400 - Building-inspection services
  • 71317000 - Hazard protection and control consultancy services
  • 71321100 - Construction economics services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71356400 - Technical planning services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 72130000 - Computer-site planning consultancy services
  • 72200000 - Software programming and consultancy services
  • 72512000 - Document management services
  • 75112100 - Administrative development project services
  • 79400000 - Business and management consultancy and related services
  • 79994000 - Contract administration services
  • 90712000 - Environmental planning
  • 90721000 - Environmental safety services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The Authority intend to establish a bicameral (providing services to both Houses) parliamentary framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The Delivery Authority and any successor body shall also be entitled to issue call-off contracts under the framework agreement. Projects delivered on the Parliamentary Estate are characterised by their delivery under the RIBA Plan of Work 2020; the use of the NEC4 suite of contracts and operation to CIC Level 2 BIM. The Authority wishes to procure a single point of responsibility delivery model. The services include:

• project management

• contract administration (NEC suite of contracts)

• cost management/consultancy

• cost estimating services

• project and cost management of design contacts

• change management

• risk management

• construction management

• health and safety and CDM advisory services

• stakeholder management

• statutory planning and approvals project management

• project controls and reporting

• moves management

• all other construction project management services of a similar nature as may be required by the Authority or Delivery Authority (including specialist services to support the Project Management Organisation).

Providers must be capable of providing and coordinating the input of all of the above services (and any additional related) services necessary for delivery of projects and take accountability for delivery whether services are subcontracted or not.

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: £88,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Limitations on the number of operators who will be invited to tender or to participate

The highest scoring six bidders will be appointed to the framework, unless a smaller number meet the minimum criteria in which case that number will be appointed.. Further information is available within the enclosed procurement documentation.

Award Criteria

The most economically advantageous tender in accordance with the criteria detailed in procurement documentation


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

28 April 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 April 2023

Local time

12:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The ITT documentation will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable.

To access these documents, select the tender reference FWK1136 in the 'current tenders' list, click on the 'view tender details and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents.

If you have registered and forgotten your username and password, click on the 'forgotten password' link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance.

You are advised to allow sufficient time when responding to the ITT. Late tenders will not be accepted. If you are uploading multiple documents, you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.

Tenderers should note that the Authority is unable to accept a position where a successful project management and cost management services framework supplier can manage services, supplies, or works provided by their own organisation or affiliates or, certify payment for the same. Suppliers will need to satisfy the Authority that irresolvable conflicts will not arise and that an appropriate level of independence will be maintained between project and cost management service arrangement and any other service, supplies, or works contracts / agreements that may be held by the Supplier. Failure to satisfy the Authority in this matter may result in the Supplier's disqualification from the procurement process in accordance with Article 57 of the Public Contracts Regulations 2015.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Courts of Justice London WC2A 2LL

London

Country

United Kingdom