Published date: 21 October 2019

Last edited date: 21 October 2019

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: 12 November 2019

Contract summary

Industry

  • Architectural, construction, engineering and inspection services - 71000000

  • Architectural, engineering and planning services - 71240000

  • Project and design preparation, estimation of costs - 71242000

    • Calculation of costs, monitoring of costs - 71244000

    • Supervision of building work - 71247000

    • Supervision of project and documentation - 71248000

    • Risk or hazard assessment for construction - 71313410

    • Fire and explosion protection and control consultancy services - 71317100

    • Health and safety consultancy services - 71317210

    • Quantity surveying services for civil engineering works - 71322100

    • Quantity surveying services - 71324000

    • Construction supervision services - 71520000

    • Construction consultancy services - 71530000

    • Construction management services - 71540000

    • Construction project management services - 71541000

    • General management consultancy services - 79411000

Location of contract

SW1A 0AA

Value of contract

£45,000,000 to £95,000,000

Procurement reference

FWK1121

Published date

21 October 2019

Closing date

12 November 2019

Contract start date

30 March 2020

Contract end date

29 March 2028

Contract type

Service contract

Procedure type

Competitive procedure with negotiation (above threshold)

Anyone may ask to participate, but only those who are pre-selected will be invited to submit initial tenders and to negotiate.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. The Services may include but may not be limited to programme management; project management; contract administration (NEC3/NEC4 suite of contracts); cost management / consultancy; design management; change management; risk management; construction management; health and Safety and CDM advisory services; stakeholder management; statutory planning and approvals project management; programme controls and reporting; moves management and other similar or related construction project management services as may be required by the Authority.

The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. Consisting of a unique built asset portfolio, the Northern Estate consists of a range of Grade I, II and II* listed buildings several of which require refurbishment due to, amongst other factors, the age and fragility of the buildings; the inadequacy of mechanical and electrical services; poor environmental performance; fire safety improvement requirements and otherwise.

Services may also be required to support the Northern Estate Programme to develop additional space and facilities required for the House of Commons to decant from the Palace of Westminster, including an operational Chamber, Committee rooms and House support services.

While the Authority's current preference is for a single point of responsibility model, it is willing to consider other models / constructs. The Services may include but not be limited to:

- Programme management;
- Project management;
- Contract administration (NEC3/NEC4 suite of contracts);
- Cost management / consultancy;
- Design management;
- Change management;
- Risk management;
- Construction management;
- Health and Safety and CDM advisory services;
- Stakeholder management;
- Statutory planning and approvals project management;
- Programme controls and reporting;
- Moves management;
- Other similar or related construction project management services as may be required by
the Authority.

Estate projects and programmes utilise the RIBA Plan of Work 2013; CIC Level 2 BIM and the NEC3/4 suite of contracts.

The authority recognise that the estate programme of work will require an experienced and suitably skilled programme, project and cost management team capable of managing the scale, technical complexity, logistical complexity, heritage considerations and level of public scrutiny of the programme(s).


More information

Links

Additional text

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 , and in addition the delivery authority to be established pursuant to the Parliamentary Buildings (Restoration and Renewal) Bill 2017-19 are intending to award a sole supplier framework agreement for the provision of Programme, Project and Cost Management Services.
Potential suppliers should note that the authority is unable to accept a position where the successful programme, project and cost management services framework supplier can manage services or works provided by their own organisation or affiliates or certify payment for the same. It is accordingly the view of the authority that any contractor which is party to a works or service contract on the Northern Estate Programme or elsewhere on the parliamentary estate where such scenario exists would be conflicted, within the meaning of Regulation 58(17) of the Public Contracts Regulations, so as to negatively affect its performance of this contract and the corporate officers accordingly intend to exclude any such person from participating in this competition.
This procurement does not replace the strategic estate framework for project management and cost management services [FWK1093] but does supersede the contract for programme, project and cost management awarded January 2017 [COM1273] which is being concluded in accordance within the terms of that contract.
The SQ documents will be accessible at the Houses of Parliament e-procurement portal:
http://in-tendhost.co.uk/parliamentuk
Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents, select the tender reference FWK1121 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 PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance.
You are advised to allow sufficient time when responding. Late tenders will not be accepted. 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? : No


About the buyer

Contact name

Parliamentary Procurement & Commercial Service

Address

7 Millbank
London
London
SW1A 0AA
United Kingdom

Telephone

02072191600

Email

ppcs@parliament.uk