Section one: Contracting authority
one.1) Name and addresses
Restoration & Renewal Delivery Authority Ltd
8/64VS, House of Commons
London
SW1A 0AA
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
12559954
Internet address(es)
Main address
https://rrparliament.app.jaggaer.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://rrparliament.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://rrparliament.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
The duties set out in s3(4) of the Parliamentary Buildings (Restoration and Renewal) Act 2019 (as amended by The Parliamentary Works Sponsor Body (Abolition) Regulations 2022)
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Legal Service Planning and Consents
Reference number
DA1461
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Forming part of a UNESCO World Heritage Site, the Palace of Westminster is one of the most recognisable buildings in the world. The Delivery Authority has been established for the purpose of restoring and renewing this Grade I listed building to preserve it for future generations.
The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy.
The Delivery Authority was established in 2020 pursuant to the Parliamentary Buildings (Restoration and Renewal) Act 2019 (as amended by The Parliamentary Works Sponsor Body (Abolition) Regulations 2022) (the ‘Act’) to perform the functions set out in section 3(4) of the Act: (i) to formulate proposals relating to the Palace restoration works during phase one of the R&R Programme and, (ii) to carry out the works during phase two of the R&R Programme. The Corporate Officers of the House of Commons and the House of Lords (acting jointly) have overall responsibility for the Parliamentary building works under the Act and are the sole member and guarantor of the Delivery Authority.
The Delivery Authority is seeking to appoint a provider of specialist legal services in the field of legal planning and consents (Services) to support the Delivery Authority in securing the necessary planning and other consents to deliver the R&R Programme. The scope of the Services is further detailed in the Selection Questionnaire Pack (SQP) and summarised in section III.
The Corporate Officers of the House of Commons and the House of Lords are named users under the agreement.
The Delivery Authority intends to invite 5 Candidates to tender for the Contract and to appoint a single Supplier. Further information on the evaluation methodology can be found in the SQP.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Option for remote working anywhere in England and Wales, with some in-person meetings at and around Palace of Westminster, other buildings on the Parliamentary Estate or buildings to be used by R&R
two.2.4) Description of the procurement
The Delivery Authority is seeking to appoint a provider of legal services in the field of planning law to support the R&R Programme. The Services will support the Delivery Authority in the performance of its functions and duties under the Act and will include but not limited to legal advice in relation to:
• town planning applications, issues and procedures;
• heritage issues including conservation areas, listed buildings (the case for public benefit for works to listed buildings and all relevant consenting matters relating to listed buildings), archaeology and world heritage site issues;
• environmental impact assessment (EIA) including EIA strategy, screening and scoping for the R&R Programme;
• highway procedures and consents (including procedures for stopping- up highways and traffic regulation orders);
• marine consents for works in the River Thames;
• section 106 agreements;
• community infrastructure levy;
• compulsory purchase and compensation;
• consents for temporary works including any potential extended temporary use of land for works;
• planning appeals and call-ins;
• judicial review and other legal challenges;
• development plan and third-party application representations;
• neighbourhood planning;
• strategic advice taking cognisance of the processes listed above;
• access to information issues, including application of the Freedom of Information Act 2000 and Environmental Information Regulations 2004, in liaison with internal legal team; and
• other planning law advice as may be required by the Delivery Authority in support of the R&R Programme.
The Corporate Officer of the House of Commons and Corporate Officer of the House of Lords are named users under the agreement, and services shall comprise the provision of legal advice and support to the Corporate Officers in the areas of planning law and consents required in connection with the Parliamentary Estate (and surrounding areas). The Services will include, but are not limited to, legal advice in relation to:
• town planning issues and procedures;
• heritage matters including conservation areas, listed buildings, archaeology and world heritage site issues;
• environmental impact assessment including EIA strategy, screening and scoping;
• section 106 agreements;
• community infrastructure levy;
• highway/traffic management procedures;
• compulsory purchase and compensation;
• consents required for works in the River Thames;
• consents for temporary works;
• judicial review and other legal challenges;
• planning appeals and call-in;
• public inquiries in relation to highway/traffic management procedures and orders;
• development plan and third-party application representations;
• neighbourhood planning;
• strategic advice taking cognisance of the processes listed above;
• the inter-relationship between the various regulatory/consenting regimes;
• relevant legislation, policy and the overarching legal framework including case law, including as to the impact on overall strategy;
• the planning and consents strategy for works on or near the Parliamentary Estate; and
• other planning law advice as may be required.
The Delivery Authority intends to invite 5 Candidates to tender for the Contract and to appoint a single Supplier. Further information on the evaluation methodology can be found in the SQP.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the Contract will be for an initial term of 5 years (60 months) although the Delivery Authority reserves the right to extend the term of the Contract for up to a further 2 years (24 months) to make a maximum possible term of 7 years (84 months).
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
Please see VI.3 Additional Information and SQP.
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Legal services in the field of planning law
three.2.2) Contract performance conditions
Please refer to the contract appended to the SQP.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Term of contract linked to the relevant amount of time for legal and planning consents required for the programme.
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
10 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 February 2025
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
1) To express interest in the Contract, Candidates must complete the SQ on the Jaggaer system at - https://rrparliament.app.jaggaer.com strictly in accordance with the SQP and by the SQ Response Deadline stated in the SQP. Please note that the SQ Response Deadline is a precise time and Candidates should allow sufficient time to upload their SQ Responses.
2) A Candidate may be a single organisation or a Consortium. Each Candidate must submit how this organizational structure will work in a single SQ application representing the Consortium. A single economic operator may only apply once, whether as a single Candidate or as a party to a Consortium. Candidates should note that this restriction does not apply to subcontractors. See further SQP Section [3].
3) Words in this Contract Notice with initial capital letters are defined in the SQP (see Table [1.3] Glossary).
4) Candidates are required to download the Non-Disclosure Agreement (NDA) from the portal before they will be given access to the procurement documents. The NDA must be submitted as a correspondence and a declaration must also be submitted, stating that the NDA has not been modified. Access to the procurement documents will not be granted until the signed NDA has been received. For further assistance contact commercial@r-r.org.uk. Shortlisted Bidders’ personnel may be required to be security cleared to view tender documentation.
5) The Delivery Authority is the main user of this Contract but it may also be used by the Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons.
6) Section II.2.6) (Estimated value): The estimated value includes the total of the scope as described in SQP Appendix A (Scope).
7) Section II.2.7) (Duration of the contract): The term of the Contract will be for an initial term of 5 years (60 months) although the Delivery Authority reserves the right to extend the term of the Contract for up to a further 2 years (24 months) to make a maximum possible term of 7 years (84 months).
8) Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any SQ and with submitting any tender, howsoever incurred.
9) Successful tenderers will need to be compliant with the R&R Programme’s standards and policies as identified in the SQP.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales.