Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Multi-Disciplinary Design Services

  • First published: 04 August 2022
  • Last modified: 04 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03165d
Published by:
The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons
Authority ID:
AA78203
Publication date:
04 August 2022
Deadline date:
19 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contracting authority requires suitably qualified and experienced Mechanical and Electrical Plant (MEP) engineering services suppliers to undertake scope that includes but may not be limited to:

• provision of comprehensive and fully coordinated electrical engineering design services covering core High Voltage (HV) & Low Voltage (LV) systems

• provision of comprehensive and fully coordinated specialist designs for Vertical Transportation (VT)

• provision of comprehensive and fully coordinated specialist designs for Electrical Resilience. In producing designs for resilience, conduct thorough investigations and all required steps for risk mitigation, Hazard and Operability Study (HAZOPS) and stress testing within the Parliamentary standard to obtain acceptance of design

• regular engagement with Contracting Authority and other client technical stakeholders, and participation in Contracting Authority Reviews. process through all RIBA stages, providing design deliverables in accordance with BSRIA BG6 - A Design Framework for Building Services.

• provision of feasibility reports to RIBA 2 with a recommendation for the Contracting Authority

• provision of Lead Design, design management and integration where required by the contracting authority

• provision of client monitoring support during site phases up to RIBA 7, or upon Handover to the Main Contractor

• capability to model building services engineering to Building Information Modelling (BIM) Level 2 in REVIT Software and assist the main contractor in coordinating this design which may include CDP elements.

• production and review of design calculations/schedules, risk assessments, and all necessary design supporting information relevant to the stage of design, as proof of concept for design

• conduct internal QA reviews, providing QA sign off designs, and sign off sheets in accordance with BSRIA BG6 pro formats at every RIBA design stage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons

Houses of Parliament

LONDON

SW1A 0AA

UK

Contact person: Scott Rossiter

Telephone: +44 2072191516

E-mail: rossiters@parliament.uk

NUTS: UKI32

Internet address(es)

Main address: https://in-tendhost.co.uk/parliamentuk/aspx/Home

Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/parliamentuk/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/parliamentuk/aspx/Home


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://in-tendhost.co.uk/parliamentuk/aspx/Home


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Parliament

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Multi-Disciplinary Design Services

Reference number: FWK1146

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) intend to establish a bicameral parliamentary framework agreement through which they can secure the services of suitably qualified and experienced multidisciplinary design service providers via call-off contracts, acting jointly or individually.

The Delivery Authority shall also be entitled to issue call-off contracts under the framework agreement.

To increase access to specialists, the services will be procured through five lots: (i) Mechanical and Electrical Plant (MEP) engineering services; (ii) civil and structural engineering design services; (iii) conservation, architecture and heritage services (iv) control systems and electronic system engineering services; and (v) fire engineering services.

The core services that are required include, but are not limited to: Lead Designer; Architectural Services; Mechanical and Public Health Engineering; Electrical Engineering; Control Systems and Electronics Engineering; Structural and Civil Engineering; Structural and Civil Engineering; Fire Engineering and NEC4 Supervisor.

Supplementary specialist services will also be required to achieve a fully integrated design service / solution for the wide and diverse nature of projects and programmes that will be undertaken.

These specialist services may include but not limited to

• Archaeological Surveys

• Archaeological Watching Briefs

• Asbestos Consultancy Services

• Audio Visual (AV) Services

• BREEAM Consultancy Services

• WELL Building Consultancy Services

• Catering Design and Specification Services

• Ecology Services

• Landscape Architect Services

• Religious Services

• Security (Building Fabric)

• SKA Assessment

• Topographical Surveys

• Traffic and Transport Impact Assessments

• Unexploded Ordnance (UXO) Services

• Workspace Planning Services

• Third Party Assurance for Specialist Services (such as CFD validation (Fire) and fire suppression design and installation assurance)

• Drone surveys

• Town Planning Consultant inclusive of: Planning consultancy (including statutory planning applications)

• Health and Safety Consultant inclusive of:

o Disability equality duties under the Equality Act 2010

o Health & Safety Advisor

o Supervisor role

• Acoustic Engineer inclusive of:

o Acoustic engineering

• Noise surveys, studies and assessments

• Other Specialist Services: Any other specialist consultancy services or specialist surveys which may be required.

It is envisaged that for individual call-off contracts awarded under the framework agreement, a Lead Designer will be appointed (from the most appropriate lot) at Gate 0 - 1 (RIBA Plan of Work 2020). On appointment, the Lead Designer will take sole responsibility for delivery of design scope whether design services are subcontracted or not.

It is further envisaged that the Lead Designer will endeavour to use other framework suppliers save in circumstances that capacity or capability is not available to support the efficient and effective delivery for a diverse range of projects that sit within the medium-term investment plan of the estate. Whilst this is how the Authority envisages the framework will operate, it reserves its right to alter this approach for projects throughout the life of the framework agreement.

Additional detail on the proposed operation of the framework agreement is contained within the procurement documentation.

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Mechanical & Electrical Plant (MEP) Engineering Services

II.2.2) Additional CPV code(s)

71210000

71220000

71241000

71242000

71243000

71245000

71247000

71248000

71250000

71311000

71312000

71313100

71313410

71313420

71313430

71313440

71314100

71314310

71315100

71315210

71315400

71315410

71316000

71317100

71317210

71318000

71321100

71321200

71321300

71321400

71322200

71323100

71323200

71326000

71327000

71331000

71332000

71334000

71335000

71337000

71340000

71351100

71351500

71351610

71351800

71351811

71351914

71352100

71352110

71354300

71355000

71420000

71510000

71521000

71800000

75251110

90490000

90522000

90650000

90713000

90714200

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced Mechanical and Electrical Plant (MEP) engineering services suppliers to undertake scope that includes but may not be limited to:

• provision of comprehensive and fully coordinated electrical engineering design services covering core High Voltage (HV) & Low Voltage (LV) systems

• provision of comprehensive and fully coordinated specialist designs for Vertical Transportation (VT)

• provision of comprehensive and fully coordinated specialist designs for Electrical Resilience. In producing designs for resilience, conduct thorough investigations and all required steps for risk mitigation, Hazard and Operability Study (HAZOPS) and stress testing within the Parliamentary standard to obtain acceptance of design

• regular engagement with Contracting Authority and other client technical stakeholders, and participation in Contracting Authority Reviews. process through all RIBA stages, providing design deliverables in accordance with BSRIA BG6 - A Design Framework for Building Services.

• provision of feasibility reports to RIBA 2 with a recommendation for the Contracting Authority

• provision of Lead Design, design management and integration where required by the contracting authority

• provision of client monitoring support during site phases up to RIBA 7, or upon Handover to the Main Contractor

• capability to model building services engineering to Building Information Modelling (BIM) Level 2 in REVIT Software and assist the main contractor in coordinating this design which may include CDP elements.

• production and review of design calculations/schedules, risk assessments, and all necessary design supporting information relevant to the stage of design, as proof of concept for design

• conduct internal QA reviews, providing QA sign off designs, and sign off sheets in accordance with BSRIA BG6 pro formats at every RIBA design stage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Civil & Structural Engineering service

II.2.2) Additional CPV code(s)

71210000

71222000

71223000

71241000

71242000

71243000

71245000

71247000

71248000

71250000

71311100

71311300

71312000

71313100

71313410

71313420

71313430

71313440

71314100

71314200

71314310

71315100

71315210

71315400

71315410

71316000

71317100

71317210

71318000

71321100

71321200

71321300

71321400

71322200

71323100

71323200

71326000

71327000

71332000

71334000

71335000

71337000

71340000

71351100

71351220

71351500

71351610

71351800

71351811

71351914

71352100

71352110

71353200

71354300

71355000

71356400

71410000

71420000

71510000

71521000

71800000

75251110

90490000

90522000

90650000

90713000

90714200

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced civil and structural engineering services suppliers to undertake scope that includes but may not be limited to:

• Structural Tests and Analysis for existing buildings and new projects

• Structural and civil engineering design solutions in historic environments and new construction projects

• Provision of Lead Design, design management and integration where required by the contracting authority

• Conservation and heritage structural repairs

• Temporary structure design

• Structural calculations

• Structural Engineering solutions that meet the IHSE BIM Vision.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Conservation, architecture and Heritage Services

II.2.2) Additional CPV code(s)

71221000

71222000

71223000

71241000

71242000

71243000

71245000

71247000

71248000

71250000

71311100

71311300

71312000

71313100

71313410

71313420

71313430

71313440

71314100

71314200

71314310

71315100

71315210

71315400

71315410

71316000

71317100

71317210

71318000

71321100

71321200

71321300

71321400

71322200

71323100

71323200

71325000

71326000

71327000

71332000

71334000

71335000

71337000

71340000

71351100

71351220

71351500

71351610

71351800

71351811

71351914

71352100

71352110

71354300

71355000

71356400

71410000

71420000

71510000

71521000

71800000

75251110

90490000

90522000

90650000

90713000

90714200

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced conservation, architecture and heritage services suppliers to undertake scope that includes but may not be limited to:

• Inspections, reporting and managing recommendations for repairs of the Listed built assets where required

• Provision of Lead Design, design management and integration where required by the contracting authority

• Project delivery and advice on scheduled refurbishments, projects and works involving Listed built assets

• Design proposals that meet both the functional requirements of the brief, conservation standards applicable to the Parliamentary Estate and statutory approvals

• Town planning including LBC (Local Borough Council) applications for listed buildings and heritage settings

• Technical design solutions that can be delivered within the constraints of an operational estate with historic buildings, existing infrastructure, and established business as usual requirements

• Design solutions that meet the IHSE BIM Vision, Sustainability standards and targets

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Control Systems and Electronic System Engineering Services

II.2.2) Additional CPV code(s)

71210000

71222000

71223000

71241000

71242000

71243000

71245000

71247000

71248000

71250000

71311100

71311300

71312000

71313100

71313410

71313420

71313430

71313440

71314100

71314200

71314310

71315100

71315210

71315400

71315410

71316000

71317100

71317210

71318000

71321100

71321200

71321300

71321400

71322200

71323100

71323200

71325000

71326000

71327000

71332000

71334000

71335000

71337000

71340000

71351100

71351220

71351500

71351610

71351800

71351811

71351914

71352100

71352110

71353200

71354300

71355000

71356400

71410000

71420000

71510000

71521000

71800000

75251110

90490000

90522000

90650000

90713000

90714200

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced control systems and electronic system engineering services suppliers to undertake scope that includes but may not be limited to:

• specialist design services for control systems, Building Management Systems (BMS), Supervisory Control and Data Acquisition (SCADA), etc.

• development of functional design and user requirement- documents

• production of schematic, loop, wiring drawings where required

• Continuous Integration (C&I) System Design - circuit diagrams, panel general arrangements, detail schedules

• Data & Voice System Design and specification

• Programmable Logic Controller and Supervisory Control and Data Acquisition (PLC & SCADA) Systems Software Design

• Industrial Safety Systems

• Site Services Interface Design

• Provision of Lead Design, design management and integration where required by the contracting authority

• security systems design

• Continuous Integration (C&I) testing and commissioning

• Carry out feasibility / option studies as required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Fire Engineering Services

II.2.2) Additional CPV code(s)

71210000

71222000

71223000

71241000

71242000

71243000

71245000

71247000

71248000

71250000

71311100

71311300

71312000

71313100

71313410

71313420

71313430

71313440

71314100

71314310

71315100

71315210

71315400

71315410

71316000

71317100

71317210

71318000

71321100

71321200

71321300

71321400

71322200

71323100

71323200

71326000

71327000

71332000

71334000

71335000

71337000

71340000

71351100

71351500

71351610

71351800

71351811

71351914

71352100

71352110

71354300

71355000

71410000

71420000

71510000

71521000

71800000

75251110

90490000

90522000

90650000

90713000

90714200

II.2.3) Place of performance

NUTS code:

UKI32

II.2.4) Description of the procurement

The contracting authority requires suitably qualified and experienced fire engineering and fire safety engineering services suppliers to undertake scope that includes but may not be limited to:

• Design proposals that meet the functional requirements of the brief, fire safety and fire engineering standards applicable to the Parliamentary Estate and statutory approvals

• Fire Safety Engineering design solutions in historic environments and new construction projects (including fire strategies)

• Fire Tests and Analysis of existing building elements

• Fire Risk Assessments to inform fire engineering design and fire safety engineering strategies

• Temporary structure fire safety design and construction phase fire strategies and fire risk assessment

• Production of schematic drawings detailing fire safety systems (active and passive)

• Fire Detection & Voice alarm System Design and specification

• Fire Suppression System Design and specification (including third party assurance where specialist systems, such as misting, is proposed)

• Technical design solutions that can be delivered within the constraints of an operational estate with historic buildings, existing infrastructure, and established business as usual requirements

• Fire safety engineering calculations and computational modelling

• Site Surveys

• Provision of Lead Design, design management and integration where required by the contracting authority

• Carry out feasibility/ option studies as required.

• Commissioning and handover assurance in accordance with Parliamentary fire safety Standards

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-004034

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/08/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The SQ and ITT documentation will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. SQ and 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 FWK1146 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 to the SQ and ITT. Late SQs and 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.

Potential suppliers should note that the contracting authority is currently finalising its strategy to re-procure and / or secure services of "Project Management and Cost Management" (PMCM) services framework agreement (expired framework ref. FWK1093). If the contracting authority proceeds with re-procurement of this expired PMCM framework agreement, potential suppliers should note that the contracting authority will be unable to accept a position for call-off contracts under either this framework agreement (FWK1146) or the future PMCM framework agreement where a supplier manages services provided by their own organisation or affiliates or certifies payment for the same.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales Royal Courts of Justice

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

03/08/2022

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71210000 Advisory architectural services Architectural and related services
71326000 Ancillary building services Engineering design services
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71250000 Architectural, engineering and surveying services Architectural and related services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
71315210 Building services consultancy services Building services
71315100 Building-fabric consultancy services Building services
71315400 Building-inspection services Building services
71354300 Cadastral surveying services Map-making services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71321100 Construction economics services Engineering design services for mechanical and electrical installations for buildings
71521000 Construction-site supervision services Construction supervision services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
71351100 Core preparation and analysis services Geological, geophysical and other scientific prospecting services
90714200 Corporate environmental auditing services Environmental auditing
71337000 Corrosion engineering services Miscellaneous engineering services
71353200 Dimensional surveying services Surface surveying services
71243000 Draft plans (systems and integration) Architectural, engineering and planning services
71331000 Drilling-mud engineering services Miscellaneous engineering services
71323100 Electrical power systems design services Engineering-design services for industrial process and production
71314100 Electrical services Energy and related services
71314200 Energy-management services Energy and related services
71335000 Engineering studies Miscellaneous engineering services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
90713000 Environmental issues consultancy services Environmental management
71313420 Environmental standards for construction Environmental engineering consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
75251110 Fire-prevention services Fire-brigade services
71325000 Foundation-design services Engineering design services
71351220 Geological consultancy services Geological, geophysical and other scientific prospecting services
71332000 Geotechnical engineering services Miscellaneous engineering services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71314310 Heating engineering services for buildings Energy and related services
71321200 Heating-system design services Engineering design services for mechanical and electrical installations for buildings
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71315410 Inspection of ventilation system Building services
71340000 Integrated engineering services Engineering services
71420000 Landscape architectural services Urban planning and landscape architectural services
71327000 Load-bearing structure design services Engineering design services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71351610 Meteorology services Geological, geophysical and other scientific prospecting services
71313100 Noise-control consultancy services Environmental engineering consultancy services
71322200 Pipeline-design services Engineering design services for the construction of civil engineering works
71323200 Plant engineering design services Engineering-design services for industrial process and production
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
71352100 Seismic services Subsurface surveying services
71352110 Seismographic surveying services Subsurface surveying services
90522000 Services relating to contaminated soil Radioactive-, toxic-, medical- and hazardous waste services
90490000 Sewer survey and sewage treatment consultancy services Sewage services
71510000 Site-investigation services Construction-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71247000 Supervision of building work Architectural, engineering and planning services
71248000 Supervision of project and documentation Architectural, engineering and planning services
71355000 Surveying services Engineering-related scientific and technical services
71356400 Technical planning services Technical services
71316000 Telecommunication consultancy services Consultative engineering and construction services
71351800 Topographical and water divining services Geological, geophysical and other scientific prospecting services
71351811 Topographical surveys of archaeological sites Geological, geophysical and other scientific prospecting services
71410000 Urban planning services Urban planning and landscape architectural services
71321400 Ventilation consultancy services Engineering design services for mechanical and electrical installations for buildings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rossiters@parliament.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.