Notice Information
Notice Title
FWK1093-Project Management and Cost Management Services Framework - AWARD
Notice Description
This Contract Notice follows from PIN 2016/S 026-042109 published on 5.2.2016 and concerns the procurement of a Framework Agreement for the Project and Cost Management Services. The Contracting Authority anticipates that separate Contract Notices for Multidisciplinary Design Services and Building Surveying Services Framework Agreements will follow later in 2016. The Project and Cost Management Services Framework Agreement will serve the Parliamentary Estates Directorate (PED) on a range of minor and major works projects across the estate. Projects will vary in size, scale, complexity and value. The projects form part of the 'business as usual' activities of PED and do not directly relate to the Restoration and Renewal of the Palace of Westminster nor the Northern Estates Programme. It is envisaged that the Project and Cost Management Services will cover major works; typically projects with a net construction value in excess of 3 000 000 GBP. In some instances, the Contracting Authority may wish to use the Framework Agreement on complex minor works with a net construction value below a 3 000 000 GBP threshold. The framework agreement will last for four years. The Contracting Authority intends to invite six Suppliers to tender and award up to four Suppliers a place on the Framework Agreement. In the situation where the Contracting Authority receives an insufficient number of tenders meeting the minimum requirements, the Contracting Authority reserves the right to award to three Suppliers or to cancel the procurement process. Call-offs from the framework will operate via mini-competitions, though the Contracting Authority retains the right to direct award where there is a robust justification that demonstrates value for money. Call-offs/awards following a mini-competition will be based on the most economically advantageous tender. The Framework Agreement will include the option to operate on the NEC3 Professional Services Contract Option A or Option E. The framework will primarily work on day rates and fixed percentage fees to form a fixed price lump sum contract under Option A for particular stages of a project. Occasionally, discreet pieces of work may be required on a time charge basis and will be tendered under Option E. Further details on pricing, the scope of services, tender award criteria and mini-competition award criteria can be found within the Memorandum of Information (MOI) and Pre-Qualification Questionnaire (PQQ), which can be found at https://in-tendhost.co.uk/parliamentuk/aspx/Home It is envisaged that the Project and Cost Management Services are likely to include, but are not limited to the following: ? Programme management ? Project management ? Contract administration (under NEC3 and GC/Works forms of contract) ? Cost management ? Change management ? Risk management ? Value management ? Schedule management (including any design programmes) ? Health...
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-323ed701-30ae-4bdb-a655-e644ce77c5c0
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7959cd71-9548-49bf-984a-b6401eaa0d14
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
30196000 - Planning systems
64216210 - Value-added information services
71000000 - Architectural, construction, engineering and inspection services
71240000 - Architectural, engineering and planning services
71241000 - Feasibility study, advisory service, analysis
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71245000 - Approval plans, working drawings and specifications
71248000 - Supervision of project and documentation
71313400 - Environmental impact assessment for construction
71313410 - Risk or hazard assessment for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71315200 - Building consultancy services
71315400 - Building-inspection services
71317200 - Health and safety services
71317210 - Health and safety consultancy services
71321100 - Construction economics services
71322100 - Quantity surveying services for civil engineering works
71324000 - Quantity surveying services
71356400 - Technical planning services
71530000 - Construction consultancy services
71540000 - Construction management services
71541000 - Construction project management services
72130000 - Computer-site planning consultancy services
72200000 - Software programming and consultancy services
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
72221000 - Business analysis consultancy services
72224000 - Project management consultancy services
72243000 - Programming services
72251000 - Disaster recovery services
72512000 - Document management services
75112100 - Administrative development project services
79112100 - Stakeholders representation services
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79411100 - Business development consultancy services
79412000 - Financial management consultancy services
79417000 - Safety consultancy services
79420000 - Management-related services
79421000 - Project-management services other than for construction work
79994000 - Contract administration services
90712000 - Environmental planning
90721000 - Environmental safety services
Notice Value(s)
- Tender Value
- £17,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £17,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 May 20178 years ago
- Submission Deadline
- 3 May 2016Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Mar 20178 years ago
- Contract Period
- 17 Mar 2017 - 16 Mar 2021 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PARLIAMENT UK
- Contact Name
- Parliamentary Procurement & Commercial Service
- Contact Email
- ppcs@parliament.uk
- Contact Phone
- 02072191600
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 0AA
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7959cd71-9548-49bf-984a-b6401eaa0d14
19th May 2017 - Awarded contract notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-323ed701-30ae-4bdb-a655-e644ce77c5c0-2017-05-19T11:21:03+01:00",
"date": "2017-05-19T11:21:03+01:00",
"ocid": "ocds-b5fd17-323ed701-30ae-4bdb-a655-e644ce77c5c0",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "FWK1093 - AWARD",
"title": "FWK1093-Project Management and Cost Management Services Framework - AWARD",
"description": "This Contract Notice follows from PIN 2016/S 026-042109 published on 5.2.2016 and concerns the procurement of a Framework Agreement for the Project and Cost Management Services. The Contracting Authority anticipates that separate Contract Notices for Multidisciplinary Design Services and Building Surveying Services Framework Agreements will follow later in 2016. The Project and Cost Management Services Framework Agreement will serve the Parliamentary Estates Directorate (PED) on a range of minor and major works projects across the estate. Projects will vary in size, scale, complexity and value. The projects form part of the 'business as usual' activities of PED and do not directly relate to the Restoration and Renewal of the Palace of Westminster nor the Northern Estates Programme. It is envisaged that the Project and Cost Management Services will cover major works; typically projects with a net construction value in excess of 3 000 000 GBP. In some instances, the Contracting Authority may wish to use the Framework Agreement on complex minor works with a net construction value below a 3 000 000 GBP threshold. The framework agreement will last for four years. The Contracting Authority intends to invite six Suppliers to tender and award up to four Suppliers a place on the Framework Agreement. In the situation where the Contracting Authority receives an insufficient number of tenders meeting the minimum requirements, the Contracting Authority reserves the right to award to three Suppliers or to cancel the procurement process. Call-offs from the framework will operate via mini-competitions, though the Contracting Authority retains the right to direct award where there is a robust justification that demonstrates value for money. Call-offs/awards following a mini-competition will be based on the most economically advantageous tender. The Framework Agreement will include the option to operate on the NEC3 Professional Services Contract Option A or Option E. The framework will primarily work on day rates and fixed percentage fees to form a fixed price lump sum contract under Option A for particular stages of a project. Occasionally, discreet pieces of work may be required on a time charge basis and will be tendered under Option E. Further details on pricing, the scope of services, tender award criteria and mini-competition award criteria can be found within the Memorandum of Information (MOI) and Pre-Qualification Questionnaire (PQQ), which can be found at https://in-tendhost.co.uk/parliamentuk/aspx/Home It is envisaged that the Project and Cost Management Services are likely to include, but are not limited to the following: ? Programme management ? Project management ? Contract administration (under NEC3 and GC/Works forms of contract) ? Cost management ? Change management ? Risk management ? Value management ? Schedule management (including any design programmes) ? Health...",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90721000",
"description": "Environmental safety services"
},
{
"scheme": "CPV",
"id": "71356400",
"description": "Technical planning services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "72251000",
"description": "Disaster recovery services"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "64216210",
"description": "Value-added information services"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "72212300",
"description": "Document creation, drawing, imaging, scheduling and productivity software development services"
},
{
"scheme": "CPV",
"id": "71321100",
"description": "Construction economics services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71245000",
"description": "Approval plans, working drawings and specifications"
},
{
"scheme": "CPV",
"id": "75112100",
"description": "Administrative development project services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "79421000",
"description": "Project-management services other than for construction work"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "30196000",
"description": "Planning systems"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "72512000",
"description": "Document management services"
},
{
"scheme": "CPV",
"id": "72130000",
"description": "Computer-site planning consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "71315400",
"description": "Building-inspection services"
},
{
"scheme": "CPV",
"id": "72243000",
"description": "Programming services"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "79112100",
"description": "Stakeholders representation services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1A 0AA"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 17000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2016-05-03T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-03-17T00:00:00Z",
"endDate": "2021-03-16T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-31918",
"name": "Parliament UK",
"identifier": {
"legalName": "Parliament UK"
},
"address": {
"streetAddress": "Westminster, London",
"locality": "London",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Parliamentary Procurement & Commercial Service",
"email": "ppcs@parliament.uk",
"telephone": "02072191600"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-57124",
"name": "AECOM",
"identifier": {
"legalName": "AECOM"
},
"address": {
"streetAddress": "Aldgate Tower, 2 Leman Street, London, United Kingdom, E1 8FA"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-57125",
"name": "Lend Lease Consulting (EMEA) Ltd",
"identifier": {
"legalName": "Lend Lease Consulting (EMEA) Ltd"
},
"address": {
"streetAddress": "20 Triton Street, Regent's Place , London, United Kingdom, NW1 3BF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-57126",
"name": "Mace Cost Consultancy Ltd",
"identifier": {
"legalName": "Mace Cost Consultancy Ltd"
},
"address": {
"streetAddress": "155 Moorgate, London, United Kingdom, EC2M 6XB"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-57127",
"name": "WSP UK Ltd",
"identifier": {
"legalName": "WSP UK Ltd"
},
"address": {
"streetAddress": "70 Chancery Lane, London, United Kingdom, WC2A 1AF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-31918",
"name": "Parliament UK"
},
"awards": [
{
"id": "ocds-b5fd17-323ed701-30ae-4bdb-a655-e644ce77c5c0-1",
"status": "active",
"date": "2017-03-03T00:00:00Z",
"datePublished": "2017-05-19T11:21:03+01:00",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-57124",
"name": "AECOM"
},
{
"id": "GB-CFS-57125",
"name": "Lend Lease Consulting (EMEA) Ltd"
},
{
"id": "GB-CFS-57126",
"name": "Mace Cost Consultancy Ltd"
},
{
"id": "GB-CFS-57127",
"name": "WSP UK Ltd"
}
],
"contractPeriod": {
"startDate": "2017-03-17T00:00:00Z",
"endDate": "2021-03-16T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7959cd71-9548-49bf-984a-b6401eaa0d14",
"datePublished": "2017-05-19T11:21:03+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}