Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Corporate Officer of the House of Commons
210715608
Parliament Square
LONDON
SW1A 0AA
UK
Contact person: Nick Barrett
Telephone: +44 2072191600
E-mail: pcd@parliament.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.parliament.uk/
Address of the buyer profile: https://www.parliament.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FWK1150 Parliamentary Construction Partnership Framework
Reference number: FWK1150
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Contract Award Notice<br/><br/>Title: Parliamentary Construction Partnership (CPF) Framework<br/><br/>Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)<br/><br/>Description of the Procurement:<br/>The Authority have awarded a new Parliamentary Construction Partnership (CPF) Framework Agreement. This Framework has been established to support the continued delivery of capital investment and capital maintenance projects across the Parliamentary Estate, in support of the Medium-Term Investment Plan (MTIP).<br/>The Parliamentary Estate comprises over 250,000m² of floor space, with approximately 70% of the buildings designated as ‘Listed’, including the Palace of Westminster and Norman Shaw North, both of which are Grade I Listed and of exceptional heritage value. The Palace of Westminster is also recognised as a UNESCO World Heritage Site.<br/>In their role as custodians of this nationally significant heritage estate, the Corporate Officers are discharging their duties of care to preserve and maintain the infrastructure, including mechanical, electrical, public health, fire and safety systems, building fabric, stonework, and roofing, to ensure a safe and secure environment for all users of the Estate.<br/>The new CPF Framework supersedes the previous Mechanical, Electrical, Public Health and Fabric Safety (MEPFS) Framework and has been informed by operational experience, stakeholder engagement, and lessons learned. It is designed to meet the increasing demand for construction and specialist services and to enable the Strategic Estates team to deliver its growing portfolio of work.<br/><br/>Framework Scope and Named Users:<br/>The Framework will primarily support the delivery of projects led by the Strategic Estates team – the bicameral department responsible for the ongoing care, development, and infrastructure of the Parliamentary Estate. This includes project delivery, construction safety, design services, and heritage asset management.<br/>In addition, the Restoration and Renewal Delivery Authority Ltd is a named user of the Framework. While the Restoration & Renewal Programme is a separate but co-ordinated programme of work, the Delivery Authority may draw on the CPF Framework to support its future activities. It is also noted that certain call-off contracts may be subject to novation to the Delivery Authority, where appropriate.<br/><br/>Contract Award Justification:<br/>This procurement was conducted in accordance with the Public Contracts Regulations 2015. The establishment of the CPF Framework is a strategic enabler in maintaining capability and capacity for the Parliamentary Estate’s critical infrastructure projects, extending into the early 2030s.<br/><br/>Further Information:<br/>Further details regarding the Restoration & Renewal Programme and its governance (including the R&R Client Board and Programme Board) are available via the UK Parliament website.<br/><br/>Framework award date: 15 October 2025<br/><br/>Joint Procurement: Yes - Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly).
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 500 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
FWK1150 Parliamentary Construction Partnership Framework - Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m with no upper limit defined.
II.2.5) Award criteria
Quality criterion: Sustainability & Social Value
/ Weighting: 13%
Quality criterion: Management of Health & Safety
/ Weighting: 14%
Quality criterion: Lot Specific Technical Question
/ Weighting: 20%
Quality criterion: Risk Management and Information
/ Weighting: 10%
Quality criterion: Delivery Approach
/ Weighting: 23%
Price
/ Weighting:
20%
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
Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
FWK1150 Parliamentary Construction Partnership Framework - Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but typically under £50m.
II.2.5) Award criteria
Quality criterion: Risk Management and Information
/ Weighting: 10%
Quality criterion: Management of Health & Safety
/ Weighting: 14%
Quality criterion: Lot Specific Technical Question
/ Weighting: 20%
Quality criterion: Sustainability & Social Value
/ Weighting: 13%
Quality criterion: Delivery Approach
/ Weighting: 23%
Price
/ Weighting:
20%
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
Lot 3 – Medium Value Construction Works, consisting predominantly of Architectur
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
FWK1150 Parliamentary Construction Partnership Framework - Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m.
II.2.5) Award criteria
Quality criterion: Delivery Approach
/ Weighting: 23%
Quality criterion: Risk Management and Information
/ Weighting: 10%
Quality criterion: Lot Specific Technical Question
/ Weighting: 20%
Quality criterion: Management of Health & Safety
/ Weighting: 14%
Quality criterion: Sustainability & Social Value
/ Weighting: 13%
Price
/ Weighting:
20%
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
Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
FWK1150 Parliamentary Construction Partnership Framework - Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to £5m.
II.2.5) Award criteria
Quality criterion: Management of Health & Safety
/ Weighting: 14%
Quality criterion: Sustainability & Social Value
/ Weighting: 13%
Quality criterion: Lot Specific Technical Question
/ Weighting: 20%
Quality criterion: Risk Management and Information
/ Weighting: 10%
Quality criterion: Delivery Approach
/ Weighting: 23%
Price
/ Weighting:
20%
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2024/S 000-026424
Section V: Award of contract
Lot No: 1
Title: Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
KIER CONSTRUCTION LIMITED
2nd Floor, Optimum House, Clippers Quay
Salford
M50 3XP
UK
NUTS: UKD3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Title: Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
BOVIS CONSTRUCTION (EUROPE) LIMITED
00467006
30 Crown Place
London
EC2A 4ES
UK
NUTS: UKI
Internet address(es)
URL: http://www.lendlease.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Title: Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WATES CONSTRUCTION LIMITED
Wates House, Station Approach
Leatherhead
KT22 7SW
UK
NUTS: UKJ2
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m.
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DALKIA FACILITIES LIMITED
1 Angel Court
London
EC2R 7HJ
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m.
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
East West Connect Limited
Chelsmford
UK
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m.
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Emico Ltd
Hemel Hempstead
UK
NUTS: UKH2
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m.
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MITIE TECHNICAL FACILITIES MANAGEMENT Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
KIER CONSTRUCTION LIMITED
2nd Floor, Optimum House, Clippers Quay
Salford
M50 3XP
UK
NUTS: UKD3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Thomas Sinden Ltd
03308698
Romford
RM3 0SH
UK
NUTS: UKI
Internet address(es)
URL: http://www.thomas-sinden.co.uk
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Walter Lilly and Co Ltd
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WATES CONSTRUCTION LIMITED
Wates House, Station Approach
Leatherhead
KT22 7SW
UK
NUTS: UKJ2
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DBR (London) Limited
02519958
London
SW1H 0HW
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Emico Ltd
Hemel Hempstead
UK
NUTS: UKH2
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MITIE TECHNICAL FACILITIES MANAGEMENT Limited
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Thomas Sinden Ltd
Romford
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/10/2025
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Walter Lilly and Co Ltd
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Authority has established a multi-lot Framework Agreement to appoint contractors with the capability and capacity to lead, coordinate, and manage the delivery of works projects across the Parliamentary Estate.<br/><br/>Core works are being delivered in-house, with specialist works delivered in conjunction with contractors’ established supply chains, as part of the Framework to undertake works across the Estate. The Framework is structured as follows:<br/><br/>Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m with no upper limit defined.<br/><br/>Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but typically under £50m.<br/><br/>Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m.<br/><br/>Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to £5m.<br/><br/>An Invitation to Tender (ITT) was issued during the procurement process, providing full details of the Framework requirements. Following appointment to the relevant Lot(s), call-off contracts are awarded through mini-competition or direct award, as appropriate, using the NEC4 suite of contracts and applying both traditional and design and build procurement methods.<br/><br/>Works are awarded based on value for money considerations. The allocation of work via direct awards, and continued participation in the Framework, is subject to a performance management regime, which includes monitoring against defined Key Performance Indicators (KPIs).<br/><br/>Award Criteria<br/>The evaluation process for this framework followed three stages as set out in the ITT:<br/><br/>Compliance Check<br/>Tenders were first reviewed for compliance with the ITT requirements. Non-compliant bids were excluded, with reasons provided in writing.<br/><br/>Selection Questionnaire<br/>Compliant tenders were assessed on a Pass/Fail basis. Only those achieving a Pass progressed to full evaluation.<br/><br/>Quality and Commercial Evaluation <br/>Quality (80%), covering:<br/>Health & Safety (14%)<br/>Delivery Approach (23%)<br/>Risk & Information Management (10%)<br/>Sustainability & Social Value (13%)<br/>Lot-Specific Technical Question (20%)<br/>Commercial (20%), (Pricing).<br/><br/>Only tenders passing both the Selection Questionnaire and Quality stages were evaluated commercially.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand
London
WC2A 2LL
UK
Internet address(es)
URL: http://judiciary.uk/highcourt
VI.5) Date of dispatch of this notice
22/10/2025