Contract

Heritage Collections Storage Services

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

F03: Contract award notice

Notice identifier: 2025/S 000-018656

Procurement identifier (OCID): ocds-h6vhtk-04b0e5

Published 2 May 2025, 10:01am



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 2072198592

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.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

http://judiciary.uk/highcourt

six.4.2) Body responsible for mediation procedures

The High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://judiciary.uk/highcourt