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.

UK4

STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract

  • First published: 07 October 2025
  • Last modified: 07 October 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0522d2
Published by:
Corporate Officer of the House of Commons
Authority ID:
AA85575
Publication date:
07 October 2025
Deadline date:
14 November 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of Hard FM maintenance services, including building fabric, for the Parliamentary Estate

Full notice text

Scope

Procurement description

Provision of Hard FM maintenance services, including building fabric, for the Parliamentary Estate

Main category

Services

Additional categories

Works

Delivery regions

  • UKI - London

Total value (estimated, excluding VAT)

177000000.00 GBP to 177000000.00GBP

Contract dates (estimated)

01 November 2026, 00:00AM to 30 April 2033, 23:59PM

Extension end date (if all the extensions are used): 30 April 2035

Contracting authority

Corporate Officer of the House of Commons

Identification register:

  • GB-PPON

Address 1: Parliament Square

Town/City: LONDON

Postcode: SW1A 0AA

Country: United Kingdom

Website: https://www.parliament.uk/

Public Procurement Organisation Number: PQCD-6982-LPZW

NUTS code: UKI32

Contact name: David Martin

Email: pcd@parliament.uk

Telephone: 0202191600

Organisation type: Public authority - central government

Corporate Officer of the House of Lords

Identification register:

  • GB-PPON

Address 1: Parliament Square

Town/City: LONDON

Postcode: SW1A 0AA

Country: United Kingdom

Website: https://www.parliament.uk/

Public Procurement Organisation Number: PRMR-5585-NTMY

NUTS code: UKI32

Contact name: David Martin

Email: pcd@parliament.uk

Telephone: 0202191600

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 50700000 - Repair and maintenance services of building installations
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50530000 - Repair and maintenance services of machinery
  • 50531000 - Repair and maintenance services for non-electrical machinery
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51510000 - Installation services of general-purpose machinery and equipment
  • 72253000 - Helpdesk and support services
  • 45000000 - Construction work
  • 45260000 - Roof works and other special trade construction works
  • 45262500 - Masonry and bricklaying work
  • 45262600 - Miscellaneous special-trade construction work
  • 45300000 - Building installation work
  • 45330000 - Plumbing and sanitary works
  • 45317000 - Other electrical installation work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 71630000 - Technical inspection and testing services
  • 71900000 - Laboratory services
  • 71632000 - Technical testing services
  • 50800000 - Miscellaneous repair and maintenance services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 79993000 - Building and facilities management services
  • 79931000 - Interior decorating services
  • 50413000 - Repair and maintenance services of checking apparatus
  • 45261300 - Flashing and guttering work
  • 50750000 - Lift-maintenance services
  • 50324200 - Preventive maintenance services
  • 50232100 - Street-lighting maintenance services
  • 45261920 - Roof maintenance work
  • 45261900 - Roof repair and maintenance work
  • 50883000 - Repair and maintenance services of catering equipment
  • 50740000 - Repair and maintenance services of escalators
  • 45259200 - Purification-plant repair and maintenance work
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45259000 - Repair and maintenance of plant
  • 50531100 - Repair and maintenance services of boilers
  • 50511000 - Repair and maintenance services of pumps
  • 45261910 - Roof repair
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 24000000 - Chemical products
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 44100000 - Construction materials and associated items
  • 44212310 - Scaffolding
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 39100000 - Furniture

Delivery regions

  • UKI - London

Lot value (estimated)

177000000.00 GBP Excluding VAT

212400000.00 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Contract start date (estimated)

01 November 2026, 00:00AM

Contract end date (estimated)

30 April 2033, 23:59PM

Extension end date (estimated)

30 April 2035, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Optional 1 + 1 year extension to be taken separately or together.

Does the lot include options?

Yes

Description of options

Optional Services - There will be two price lists for submission in Stage 2, one is for the Core Services (which will be part of the commercial / price evaluation) and one which is Core Services plus Optional Services (which will not form part of the commercial / price evaluation. The Optional Services are detailed within the Scope and Service Matrix.

The Optional Services price list may be used by the Authority to undertake a value for money exercise as to whether to self deliver these services, or bring these into this contract through the compensation event mechanism contained within the contract terms.

Also see Description of Risks section of this Tender Notice for potential permitted contract modifications under Schedule 8 of PA2023. These are also detailed in the Contract terms and ITT Instruction document.

Participation

Conditions

Economic

Conditions of participation

As set out in the conditions of participation, Procurement Specific Questionnaire and ITT Instruction documents. Suppliers are required to pass the Legal and Financial Capacity assessments.

Conditions

Economic

Conditions of participation

As set out in the conditions of participation, Procurement Specific Questionnaire (PSQ) and the ITT Instruction documents and form part of the Pass/Fail and scored weighted questions within the PSQ.

Conditions of participation

Procurement Specific Questionnaire with mixture of Pass/Fail and Scored Weighted questions will be used to down select to a maximum number 6 bidders to take through to Stage 2 - Tender.

Award criteria

Type: quality

Name

Quality (Technical) - 55%

Description

Quality (Technical) Award Criteria - 55%

Weighting: 55.00

Weighting type: percentageExact

Type: price

Name

Price (Commercial) - 35%

Description

Price (Commercial) - 35%

Weighting: 35.00

Weighting type: percentageExact

Type: quality

Name

Social Value - 10%

Description

Social Value - 10%

Weighting: 10.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

Payments to be made within 30 days for valid, undisputed invoices, processes for submitting payments for assessment, submitting invoices and dealing with disputed invoices is in accordance with the contract terms and conditions including the Z clauses.

Description of risks to contract performance

1) The following possible modifications may be made to the Contract in accordance with para. 1 of Schedule 8 PA 2023 being modifications which have been unambiguously provided for in the Contract:

a) The Authority may add in or remove the maintenance of Affected Properties (as defined in the Contract) from the Scope of the Contract (as listed in the Service Matrix (as defined in the Contract) following the disposal, acquisition and renovation of such buildings by the Authority at any point during the contract duration (including the extensions).   

The following building will be added to the Affected Properties in the Service Matrix during the Contract duration: 

Norman Shaw North is estimated to be added from 1st January 2028, 

the Authority may increase or decrease the value of the Contract by up to 20% of the advertised estimated Contract value following any additions or removals. 

b) The Contract duration may be extended by up to two periods of 1 year at the sole discretion of the Authority on 6 months notice.

c) The Authority is entitled to novate or assign any or all its rights and obligations (as applicable) under the Contract to the Delivery Authority (as defined in the Contract) from time to time without the consent of the Supplier provided that any such assignment or novation does not materially increase the burden of the Supplier’s obligations under the Contract. 

d. Following an Asset Validation Exercise (as defined in the Contract) and following an update to the Forward Maintenance Programme (as defined in the Scope), the Authority may increase the value of the Contract as follows: 

- Reactive Repairs above the Semi-Comprehensive Reactive Repair Threshold (IRL) by up to 20% of the advertised estimated Contract value; and 

- Small Works by up to 50% of the advertised estimated Contract value

e. The Authority may add or remove any or all of the Optional Services (as defined in the Contract) into the Scope of the Contract during the Contract duration (including the extension periods) using the Optional Services Prices (as defined in the Contract). Please see Options and Extensions section of this Tender Notice. 

f. Refer to clause Z28 of the Contract for the modification review clause concerning the above modifications.

2) The following possible modifications may be made to the Contract in accordance with para. 5 of Schedule 8 PA 2023, being modifications the Authority considers to be known risks which may materialise during the term of the Contract and considers that if they did, the Contract could not be performed to the Authority’s satisfaction without the Contract being modified to remedy this:

a) Following an Asset Validation Exercise it becomes clear that the asset/s and/or the building fabric is/are in a worse condition than had been anticipated by the Authority when setting the estimated advertised Contract value. Such worse condition being due to the Affected Property or Properties containing the relevant asset/s and/or building fabric being aging heritage sites and/or caused by the impact of being located within a highly polluted area.

b) The value of the Contract increases due to the estimated inflationary uplifts in the estimated advertised Contract value being lower than the actual inflationary uplifts payable under the Contract.

Submission

Expression of interest deadline

14 November 2025, 12:00PM

Enquiry deadline

14 October 2025, 12:00PM

Date of award of contract

12 October 2026, 23:59PM

Submission address and any special instructions

Interested potential providers can register through the Authority's electronic tendering portal (Atamis) https://atamis-ukparliament.my.site.com/s/WelcomeIn the first instance, potential providers should create an Atamis account (via the link above) and once registered, express an interest in this opportunity by searching for contract opportunity "STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract - Request to Participate". Having accessed the opportunity potential providers can then view the NDA form in the "Shared Documents" folder or as part of then Tender Notice, which can then be downloaded, completed and sent back via the portal.All communication between the Authority and potential providers shall only be undertaken via the messaging centre of the Atamis e-tendering portal for this project. Alternative written means of communication shall not be accepted, unless there are technical issues in accessing Atamis (see above regarding technical issues).Preliminary Stage - Non-Disclosure Agreement (NDA)The completion of the NDA which should be completed, signed unamended and returned to the Authority via the messaging section of Atamis for this procurement. Once returned and countersigned by the Authority the supplier will be invited via the Atamis portal to a procurement project which will give access to the Stage 1 documents including the conditions of participation, the PSQ and some of the draft ITT documents that will be enough information for the supplier to understand the requirements in order to make an assessment as to whether to submit a submission to Stage 1 or not. Please note that some documentation will only be released at Stage 2 to suppliers invited to Stage 2 after down selection through Stage 1. This additional information will mainly be the data pack, which contains the asset data, any diagrams or drawings, Parliamentary standards / policies and Employee Liability Information (ELI). The NDA should be submitted before 12 noon on 14th October 2025 to be invited to Stage 1. This submittal date for the NDA should be followed to give suppliers adequate time to complete and submit their PSQ for Stage 1 within the required time for the Stage 1 submissions (by 12 noon 14th November 2025). Stage 1 - conditions of participation (Procurement Specific Questionnaire (PSQ))This stage required submission includes a mixture of Pass / Fail and scored weighted questions. That should be completed within the Atamis Portal, either as Yes / No questions, text answers or uploaded attachments (technical scored weighted questions). Each question will detail what is required for that question in the portal. The scored weighted questions will be used as part of the down selection process for bidders that have Passed the pass/fail questions and are not excluded or excludable in accordance with the PA2023 regulations. The bidders who score the highest (up to a maximum of 6 bidders) will be invited to submit a tender at Stage 2. The Authority reserves the right to take less bidders through than 6 if there is not enough compliant bidders to take through to Stage 2. PSQ to be submitted by 12 noon on 14th November 2025.Stage 2 - Tender StageSuppliers will be invited to submit the following as part of their submission all within the Atamis portal which will involve completion in the portal or upload of the tender responses (this will vary from question to question (Quality and Price) so please note what is required for each question / requirement which will be detailed in Atamis. Submissions will include:• Quality and Social Value Responses (Parts 1 and 2 of Annex 3 to the ITT).• Pricing Schedules (Price Lists) (Part 3 of Annex 3 to this ITT). Please note there are two (2) Price Lists to return fully completed. One Price List for the Core Services and one Price List for Core Services plus Optional Services. Only the Core Services Price List will be assessed and scored. - Form of Tender and Certificate of Non-Collusion (Form 1 of Annex 4 to this ITT).- Commercially Sensitive Information Form (Form 2 of Annex 4 to this ITT). - Fully complete and upload Contract Data Part Two, including completion of the Shorter Schedule of Cost Components all information in these should match the Price List for the Core Services. Indicative timings for Stage 2 submission is detailed in the ITT instructions. Stage 3 - negotiation and or clarification stage with Best and Final Offer (BAFO) (if required)If the Authority instigates this phase it will invite compliant suppliers from Stage 2 to attend negotiation and or clarification phases. After attending these suppliers will be invited to submit their revised tracked changed submissions for assessment. Submissions again will be electronically submitted via the Authority's e-procurement system Atamis.

Minimum number of suppliers to be invited to tender

2

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

02 February 2032, 23:59PM

Languages that may be used for submission

  • English

Expression of interest deadline

14 November 2025, 12:00PM

Enquiry deadline

14 October 2025, 12:00PM

Date of award of contract

12 October 2026, 23:59PM

Submission address and any special instructions

Interested potential providers can register through the Authority's electronic tendering portal (Atamis) https://atamis-ukparliament.my.site.com/s/WelcomeIn the first instance, potential providers should create an Atamis account (via the link above) and once registered, express an interest in this opportunity by searching for contract opportunity "STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract - Request to Participate". Having accessed the opportunity potential providers can then view the NDA form in the "Shared Documents" folder or as part of then Tender Notice, which can then be downloaded, completed and sent back via the portal.All communication between the Authority and potential providers shall only be undertaken via the messaging centre of the Atamis e-tendering portal for this project. Alternative written means of communication shall not be accepted, unless there are technical issues in accessing Atamis (see above regarding technical issues).Preliminary Stage - Non-Disclosure Agreement (NDA)The completion of the NDA which should be completed, signed unamended and returned to the Authority via the messaging section of Atamis for this procurement. Once returned and countersigned by the Authority the supplier will be invited via the Atamis portal to a procurement project which will give access to the Stage 1 documents including the conditions of participation, the PSQ and some of the draft ITT documents that will be enough information for the supplier to understand the requirements in order to make an assessment as to whether to submit a submission to Stage 1 or not. Please note that some documentation will only be released at Stage 2 to suppliers invited to Stage 2 after down selection through Stage 1. This additional information will mainly be the data pack, which contains the asset data, any diagrams or drawings, Parliamentary standards / policies and Employee Liability Information (ELI). The NDA should be submitted before 12 noon on 14th October 2025 to be invited to Stage 1. This submittal date for the NDA should be followed to give suppliers adequate time to complete and submit their PSQ for Stage 1 within the required time for the Stage 1 submissions (by 12 noon 14th November 2025). Stage 1 - conditions of participation (Procurement Specific Questionnaire (PSQ))This stage required submission includes a mixture of Pass / Fail and scored weighted questions. That should be completed within the Atamis Portal, either as Yes / No questions, text answers or uploaded attachments (technical scored weighted questions). Each question will detail what is required for that question in the portal. The scored weighted questions will be used as part of the down selection process for bidders that have Passed the pass/fail questions and are not excluded or excludable in accordance with the PA2023 regulations. The bidders who score the highest (up to a maximum of 6 bidders) will be invited to submit a tender at Stage 2. The Authority reserves the right to take less bidders through than 6 if there is not enough compliant bidders to take through to Stage 2. PSQ to be submitted by 12 noon on 14th November 2025.Stage 2 - Tender StageSuppliers will be invited to submit the following as part of their submission all within the Atamis portal which will involve completion in the portal or upload of the tender responses (this will vary from question to question (Quality and Price) so please note what is required for each question / requirement which will be detailed in Atamis. Submissions will include:• Quality and Social Value Responses (Parts 1 and 2 of Annex 3 to the ITT).• Pricing Schedules (Price Lists) (Part 3 of Annex 3 to this ITT). Please note there are two (2) Price Lists to return fully completed. One Price List for the Core Services and one Price List for Core Services plus Optional Services. Only the Core Services Price List will be assessed and scored. - Form of Tender and Certificate of Non-Collusion (Form 1 of Annex 4 to this ITT).- Commercially Sensitive Information Form (Form 2 of Annex 4 to this ITT). - Fully complete and upload Contract Data Part Two, including completion of the Shorter Schedule of Cost Components all information in these should match the Price List for the Core Services. Indicative timings for Stage 2 submission is detailed in the ITT instructions. Stage 3 - negotiation and or clarification stage with Best and Final Offer (BAFO) (if required)If the Authority instigates this phase it will invite compliant suppliers from Stage 2 to attend negotiation and or clarification phases. After attending these suppliers will be invited to submit their revised tracked changed submissions for assessment. Submissions again will be electronically submitted via the Authority's e-procurement system Atamis.

Minimum number of suppliers to be invited to tender

2

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

02 February 2032, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
45300000 Building installation work Construction work
24000000 Chemical products Materials and Products
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
45000000 Construction work Construction and Real Estate
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
45340000 Fencing, railing and safety equipment installation work Building installation work
45261300 Flashing and guttering work Erection and related works of roof frames and coverings
45430000 Floor and wall covering work Building completion work
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
72253000 Helpdesk and support services System and support services
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51510000 Installation services of general-purpose machinery and equipment Installation services of machinery and equipment
79931000 Interior decorating services Specialty design services
45420000 Joinery and carpentry installation work Building completion work
71900000 Laboratory services Architectural, construction, engineering and inspection services
50750000 Lift-maintenance services Repair and maintenance services of building installations
45262500 Masonry and bricklaying work Special trade construction works other than roof works
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
45450000 Other building completion work Building completion work
45317000 Other electrical installation work Electrical installation work
45440000 Painting and glazing work Building completion work
45330000 Plumbing and sanitary works Building installation work
50324200 Preventive maintenance services Support services of personal computers
45259200 Purification-plant repair and maintenance work Repair and maintenance of plant
45259000 Repair and maintenance of plant Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
50000000 Repair and maintenance services Other Services
50531000 Repair and maintenance services for non-electrical machinery Repair and maintenance services of machinery
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery
50700000 Repair and maintenance services of building installations Repair and maintenance services
50883000 Repair and maintenance services of catering equipment Repair and maintenance services of hotel and restaurant equipment
50413000 Repair and maintenance services of checking apparatus Repair and maintenance services of measuring, testing and checking apparatus
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50740000 Repair and maintenance services of escalators Repair and maintenance services of building installations
50530000 Repair and maintenance services of machinery Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50511000 Repair and maintenance services of pumps Repair and maintenance services of pumps, valves, taps and metal containers
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
45261920 Roof maintenance work Erection and related works of roof frames and coverings
45261910 Roof repair Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262110 Scaffolding dismantling work Special trade construction works other than roof works
45262120 Scaffolding erection work Special trade construction works other than roof works
45262100 Scaffolding work Special trade construction works other than roof works
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71632000 Technical testing services Technical inspection and testing services
45259100 Wastewater-plant repair and maintenance work Repair and maintenance of plant

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.