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

FWK1121-Programme, Project and Cost Management Services

  • First published: 15 October 2019
  • Last modified: 15 October 2019

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:
Published by:
Corporate Officer of the House of Lords and Corporate Officer of the House of Commons
Authority ID:
AA0063
Publication date:
15 October 2019
Deadline date:
12 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

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 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

Westminster

London

SW1A 0AA

UK

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

Telephone: +44 2072191600

E-mail: ppcs@parliament.uk

Fax: +44 2072191600

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


Tenders or requests to participate must be sent to the abovementioned address


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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FWK1121-Programme, Project and Cost Management Services

Reference number: FWK1121

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 95 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71540000

71530000

71541000

71520000

71247000

71322100

71244000

71317210

71324000

71317100

71248000

71313410

71242000

79411000

71240000

II.2.3) Place of performance

NUTS code:

UKI32


Main site or place of performance:

II.2.4) Description of the procurement

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).

II.2.5) Award criteria

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

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

Duration in months: 96

This contract is subject to renewal: No

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

Objective criteria for choosing the limited number of candidates:

Full details provided in procurement documentation.

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

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: The Authority note this as the exceptional case in order to avoid re-procurement of critical enabling services that would cause the Authority disproportionate technical and operational challenge when the programme is at its peak. Additional justification is provided within procurement documentation.

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:

2019/S 174-424205

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

Date: 12/11/2019

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: Yes

VI.3) Additional information

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.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

11/10/2019

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
79411000 General management consultancy services Business and management consultancy services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
71247000 Supervision of building work Architectural, engineering and planning services
71248000 Supervision of project and documentation Architectural, engineering and planning services

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:
ppcs@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.