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 Award Notice

FWK1150 Parliamentary Construction Partnership Framework

  • First published: 23 October 2025
  • Last modified: 23 October 2025
  • Version: N/A
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-046edc
Published by:
Corporate Officer of the House of Commons
Authority ID:
AA85575
Publication date:
23 October 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

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:
pcd@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.