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 2072198592
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
Heritage Collections Storage Services
Reference number
GSV2738
two.1.2) Main CPV code
- 63120000 - Storage and warehousing services
two.1.3) Type of contract
Services
two.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £33,633,345.75
two.2) Description
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Palace of Westminster
two.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 criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-034468
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
29 April 2025
five.2.2) Information about tenders
Number of tenders received: 5
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: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CONSTANTINE LTD
20-26 Sandgate Street, London, SE15 1LE
London
SE15 1LE
Country
United Kingdom
NUTS code
- UKJ - South East (England)
National registration number
00948446
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £33,633,345.75
Total value of the contract/lot: £33,633,345.75
Section six. Complementary information
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.4.2) Body responsible for mediation procedures
The High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom