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
https://atamis-ukparliament.my.site.com/s/Welcome
Telephone
+44 2072191600
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
210715608
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
FWK1150 Parliamentary Construction Partnership Framework
Reference number
FWK1150
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Palace of Westminster is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are ‘Listed’ under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 ‘Listed’.
Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire, and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster, and the wider Parliamentary Estate.
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) invite interested parties to consider participation in the future call for competition. A named user of this Framework shall be the Restoration and Renewal Delivery Authority Limited.
Strategic Estates & Restoration and Renewal Delivery Authority
It is important to distinguish from the above the co-ordinated but separate project delivery of the Restoration & Renewal programme. A separate entity (the Restoration and Renewal Delivery Authority Limited) has been established to deliver the works required across the Parliamentary Estate to ensure the safety of those who work and visit here, and to support the continued business of Parliament. This includes planning for the large and complex restoration of the Palace of Westminster to preserve it for future generations. Furthermore, in the future, it may become necessary for call-off contracts to be novated to the Restoration and Renewal Delivery Authority Ltd.
On background:
Further information about the role of the R&R Client Board, and R&R Programme Board, is available on the parliamentary website.
The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers’ project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others.
The purpose of this further Prior Information Notice is to provide updated information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework.
The procurement of contractors to undertake construction works is a key enabler to the successful delivery of the Medium-Term Investment Plan (MTIP) by Strategic Estates. As the requirement for these services and works continues to increase across the Parliamentary Estate, the procurement of this new Framework, and its services and works, is required to maintain the capability and capacity to construct and deliver projects that are part of the portfolio of capital investment and capital maintenance projects that constitute the MTIP, into the early 2030s.
This Framework builds upon the original content of the MEPFS Framework and incorporates lessons learnt through its use over the last few years, and the feedback and thoughts from internal and external stakeholders to ensure this Framework is fit for purpose going forward.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45000000 - Construction work
- 45216114 - Parliament and public assembly buildings
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The authority is looking to procure contractors with the capability and capacity to lead, co-ordinate and manage the delivery of works projects. Core works will be delivered inhouse with specialist works delivered in conjunction with their established supply chains, as part of a framework to undertake works to the Parliamentary Estate:
Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m with no upper limit defined.
Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but typically under £50m.
Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m.
Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to £5m
An invitation to tender (ITT) is issued providing full details of the framework. Once appointed onto the framework lot, mini-competitions or direct awards will be issued based on the NEC4 suite of contracts using both traditional and design and build procurement methods.
Works will be awarded by mini-competition or direct award, where value for money can be demonstrated. The allocation of the work via direct awards, and to maintain a position on the framework, is likely to be subject to a performance management regime using Key Performance Indicators.
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: £1,500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
2 August 2032
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.2.13) 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
This notice does not commit or constrain the Contracting Authority to the draft works outline provided and is not a call for competition. The CPV codes used in this engagement and the full range of services covered may change prior to commencement of the proposed competition.
The Parliamentary Commercial Directorate (PCD) uses an e-tendering portal (hosted by Atamis) to manage its procurement processes. You will need to register on the portal so you can then express an interest in this opportunity. Furthermore, Suppliers will be required to complete a Non-Disclosure Agreement (NDA) prior to accessing the ITT. The ITT will be issued and accessible once the Contract Notice is published. Further instructions including the NDA form will be made available within the e-tendering portal once you have registered and expressed your interest in this opportunity.
Where a supplier is already registered on Atamis, a new user should select to join their existing supplier account when prompted. Users joining an existing supplier account will be approved by the primary contact of the supplier. If the primary contact has left the business without passing on this role, please e-mail PCD@parliament.uk.
Registering on the e-tendering portal does not mean you are a supplier to either the House of Commons or House of Lords.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 16
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Refer to the Authority's Commercial Strategy.
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 000-017940
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
27 September 2024
Local time
12:00pm
Changed to:
Date
9 December 2024
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 October 2024
Local time
12:00pm
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 Justice
The Strand
London
WC2A 2LL
Country
United Kingdom