Published date: 6 April 2016

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 3 May 2016

Contract summary

Industry

  • Planning systems - 30196000

  • Value-added information services - 64216210

  • Architectural, construction, engineering and inspection services - 71000000

    • Architectural, engineering and planning services - 71240000

    • Feasibility study, advisory service, analysis - 71241000

    • Project and design preparation, estimation of costs - 71242000

    • Calculation of costs, monitoring of costs - 71244000

    • Approval plans, working drawings and specifications - 71245000

    • Supervision of project and documentation - 71248000

    • Environmental impact assessment for construction - 71313400

    • Risk or hazard assessment for construction - 71313410

    • Environmental Impact Assessment (EIA) services for construction - 71313440

    • Building consultancy services - 71315200

    • Building-inspection services - 71315400

    • Health and safety services - 71317200

    • Health and safety consultancy services - 71317210

    • Construction economics services - 71321100

    • Quantity surveying services for civil engineering works - 71322100

    • Quantity surveying services - 71324000

    • Technical planning services - 71356400

    • Construction consultancy services - 71530000

    • Construction management services - 71540000

    • Construction project management services - 71541000

    • Computer-site planning consultancy services - 72130000

    • Software programming and consultancy services - 72200000

    • Document creation, drawing, imaging, scheduling and productivity software development services - 72212300

    • Business analysis consultancy services - 72221000

    • Project management consultancy services - 72224000

    • Programming services - 72243000

    • Disaster recovery services - 72251000

    • Document management services - 72512000

    • Administrative development project services - 75112100

    • Stakeholders representation services - 79112100

    • Business and management consultancy and related services - 79400000

    • Business and management consultancy services - 79410000

    • General management consultancy services - 79411000

    • Business development consultancy services - 79411100

    • Financial management consultancy services - 79412000

    • Safety consultancy services - 79417000

    • Management-related services - 79420000

    • Project-management services other than for construction work - 79421000

    • Contract administration services - 79994000

    • Environmental planning - 90712000

    • Environmental safety services - 90721000

Location of contract

SW1A 0PW

Value of contract

£17,000,000

Procurement reference

FWK1093

Published date

6 April 2016

Closing date

3 May 2016

Contract start date

1 November 2016

Contract end date

30 October 2020

Contract type

Service contract

Procedure type

Restricted procedure

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

This Contract Notice follows from PIN 2016/S 026-042109 published on 5.2.2016 and concerns the procurement of a Framework Agreement for the Project and Cost Management Services. The Contracting Authority anticipates that separate Contract Notices for Multidisciplinary Design Services and Building Surveying Services Framework Agreements will follow later in 2016.

The Project and Cost Management Services Framework Agreement will serve the Parliamentary Estates Directorate (PED) on a range of minor and major works projects across the estate. Projects will vary in size, scale, complexity and value. The projects form part of the 'business as usual' activities of PED and do not directly relate to the Restoration and Renewal of the Palace of Westminster nor the Northern Estates Programme.

It is envisaged that the Project and Cost Management Services will cover major works; typically projects with a net construction value in excess of 3 000 000 GBP. In some instances, the Contracting Authority may wish to use the Framework Agreement on complex minor works with a net construction value below a 3 000 000 GBP threshold.

The framework agreement will last for four years. The Contracting Authority intends to invite six Suppliers to tender and award up to four Suppliers a place on the Framework Agreement. In the situation where the Contracting Authority receives an insufficient number of tenders meeting the minimum requirements, the Contracting Authority reserves the right to award to three Suppliers or to cancel the procurement process. Call-offs from the framework will operate via mini-competitions, though the Contracting Authority retains the right to direct award where there is a robust justification that demonstrates value for money. Call-offs/awards following a mini-competition will be based on the most economically advantageous tender.

The Framework Agreement will include the option to operate on the NEC3 Professional Services Contract Option A or Option E. The framework will primarily work on day rates and fixed percentage fees to form a fixed price lump sum contract under Option A for particular stages of a project. Occasionally, discreet pieces of work may be required on a time charge basis and will be tendered under Option E.

Further details on pricing, the scope of services, tender award criteria and mini-competition award criteria can be found within the Memorandum of Information (MOI) and Pre-Qualification Questionnaire (PQQ), which can be found at https://in-tendhost.co.uk/parliamentuk/aspx/Home

It is envisaged that the Project and Cost Management Services are likely to include, but are not limited to the following:
 Programme management
 Project management
 Contract administration (under NEC3 and GC/Works forms of contract)
 Cost management
 Change management
 Risk management
 Value management
 Schedule management (including any design programmes)
 Health...


More information

Links

Additional text

The PQQ documents will be accessible at the following website http://in-tendhost.co.uk/parliamentuk

To access these documents select the tender reference FWK1093 in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the 'forgotten password' link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the In-Tend helpdesk via email: support@in-tend.com or call +44 (0)844 272 8810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this tender prior to the closing date of 12:00 noon 3 May 2016. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRar.

Is a Recurrent Procurement Type? : Yes https://in-tendhost.co.uk/parliamentuk/aspx/


About the buyer

Contact name

Parliamentary Procurement & Commercial Service

Address

7 Millbank
London
London
SW1A 0PW
United Kingdom

Telephone

02072191600

Email

ppcs@parliament.uk