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 acting jointly of the Houses of Parliament, London, SW1A 0AA
Westminster
London
SW1A 0AA
Contact
Scott Rossiter
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
Buyer's address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Other type
UK Parliament
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
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
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
- 71246000 - Determining and listing of quantities in construction
- 71247000 - Supervision of building work
- 71248000 - Supervision of project and documentation
- 71313410 - Risk or hazard assessment for construction
- 71317210 - Health and safety consultancy services
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71541000 - Construction project management services
- 79418000 - Procurement consultancy services
- 79421000 - Project-management services other than for construction work
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) 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 Restoration and Renewal Delivery Authority Limited (Delivery Authority) and any successor body shall also be entitled to issue call-off contracts under the framework agreement.
Projects delivered on the 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 may include, but are not limited to:
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 similar or related construction project management services as may be required by the 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.2.14) Additional information
This is a Prior Information Notice (PIN) and there are no tender documents to download or submit at this stage.
A contract notice will be issued to signal commencement of the formal procurement process. It is anticipated that this will be issued February / March 2023. If you are interested in this potential opportunity and would like to be kept informed, please submit your expression of interest via our In-Tend procurement portal (https://intendhost.co.uk/parliamentuk/aspx/Home) by responding to this PIN FWK1136 (listed within tenders/current).
Potential suppliers 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.
This procurement process replaces the former framework for project management and cost management services reference, FWK1093 which is no longer proceeding.
This PIN does not commit or constrain the Authority to the draft outline provided, nor any aspects or element of the delivery model option presented. This is an exploratory market engagement exercise only, 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 procurement procedure.
two.3) Estimated date of publication of contract notice
28 February 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes