Notice Information
Notice Title
FWK1150 Parliamentary Construction Partnership Framework
Notice Description
The Palace of Westminster is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire, and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster, and the wider Parliamentary Estate. The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) invite interested parties to consider participation in the future call for competition. A named user of this Framework shall be the Restoration and Renewal Delivery Authority Limited. Strategic Estates & Restoration and Renewal Delivery Authority It is important to distinguish from the above the co-ordinated but separate project delivery of the Restoration & Renewal programme. A separate entity (the Restoration and Renewal Delivery Authority Limited) has been established to deliver the works required across the Parliamentary Estate to ensure the safety of those who work and visit here, and to support the continued business of Parliament. This includes planning for the large and complex restoration of the Palace of Westminster to preserve it for future generations. Furthermore, in the future, it may become necessary for call-off contracts to be novated to the Restoration and Renewal Delivery Authority Ltd. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this further Prior Information Notice is to provide updated information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-65532d98-59cf-4a08-837f-7bcea2417c8d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/b6362fa6-4b8d-41a2-b9ad-d61d4f19744e
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45200000 - Works for complete or part construction and civil engineering work
45216114 - Parliament and public assembly buildings
Notice Value(s)
- Tender Value
- £1,500,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Aug 20241 years ago
- Submission Deadline
- 11 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2025 - 1 Apr 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORPORATE OFFICER OF THE HOUSE OF COMMONS AND CORPORATE OFFICER OF THE HOUSE OF LORDS ACTING JOINTLY
- Contact Name
- https://atamis-ukparliament.my.site.com/s/Welcome
- Contact Email
- pcd@parliament.uk
- Contact Phone
- 02072191600
Buyer Location
- Locality
- WESTMINSTER, 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
- Not specified
-
- 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/b6362fa6-4b8d-41a2-b9ad-d61d4f19744e
20th August 2024 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/847282a8-3dec-4d58-8f2f-fc50afeae446
16th August 2024 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/63f22640-9c21-4aea-b17b-314e1db1a4f0
FWK1150 PCPF - Contract Notice -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/9c2ecf0f-e623-4a0f-aeec-902723bc9daf
FWK1150 PCPF - Contract Notice
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-b5fd17-65532d98-59cf-4a08-837f-7bcea2417c8d-2024-08-20T10:46:36+01:00",
"date": "2024-08-20T10:46:36+01:00",
"ocid": "ocds-b5fd17-65532d98-59cf-4a08-837f-7bcea2417c8d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0003300DWS000000R8r72AC",
"title": "FWK1150 Parliamentary Construction Partnership Framework",
"description": "The Palace of Westminster is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire, and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster, and the wider Parliamentary Estate. The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) invite interested parties to consider participation in the future call for competition. A named user of this Framework shall be the Restoration and Renewal Delivery Authority Limited. Strategic Estates & Restoration and Renewal Delivery Authority It is important to distinguish from the above the co-ordinated but separate project delivery of the Restoration & Renewal programme. A separate entity (the Restoration and Renewal Delivery Authority Limited) has been established to deliver the works required across the Parliamentary Estate to ensure the safety of those who work and visit here, and to support the continued business of Parliament. This includes planning for the large and complex restoration of the Palace of Westminster to preserve it for future generations. Furthermore, in the future, it may become necessary for call-off contracts to be novated to the Restoration and Renewal Delivery Authority Ltd. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this further Prior Information Notice is to provide updated information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework.",
"datePublished": "2024-08-16T13:58:39+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45216114",
"description": "Parliament and public assembly buildings"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1A 0AA"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "SW1A 0AA"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1500000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2024-10-11T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2032-04-01T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/847282a8-3dec-4d58-8f2f-fc50afeae446",
"datePublished": "2024-08-16T13:58:39+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "FWK1150 PCPF - Contract Notice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/63f22640-9c21-4aea-b17b-314e1db1a4f0",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/b6362fa6-4b8d-41a2-b9ad-d61d4f19744e",
"datePublished": "2024-08-16T13:58:39+01:00",
"dateModified": "2024-08-20T10:46:36+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "4",
"description": "FWK1150 PCPF - Contract Notice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9c2ecf0f-e623-4a0f-aeec-902723bc9daf",
"format": "application/pdf"
}
]
},
"parties": [
{
"id": "GB-CFS-292660",
"name": "Corporate Officer of the House of Commons and Corporate Officer of the House of Lords Acting Jointly",
"identifier": {
"legalName": "Corporate Officer of the House of Commons and Corporate Officer of the House of Lords Acting Jointly"
},
"address": {
"streetAddress": "Corporate Officers of the House of Lords and House of Commons",
"locality": "Westminster, London",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "https://atamis-ukparliament.my.site.com/s/Welcome",
"email": "PCD@parliament.uk",
"telephone": "02072191600"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-292660",
"name": "Corporate Officer of the House of Commons and Corporate Officer of the House of Lords Acting Jointly"
}
}