Tender

FWK1150 Parliamentary Construction Partnership Framework

CORPORATE OFFICER OF THE HOUSE OF COMMONS AND CORPORATE OFFICER OF THE HOUSE OF LORDS ACTING JOINTLY

This public procurement record has 2 releases in its history.

Tender

20 Aug 2024 at 09:46

Tender

16 Aug 2024 at 12:58

Summary of the contracting process

The Corporate Officer of the House of Commons and the House of Lords are jointly overseeing procurement for the "FWK1150 Parliamentary Construction Partnership Framework." This project falls under the construction work industry category (CPV: 45000000) and focuses on the historic Palace of Westminster and the wider Parliamentary Estate, both UNESCO World Heritage Sites. This procurement, currently at the tender stage, follows an open procedure and seeks to address the restoration and maintenance of these heritage assets. Relevant dates include the tender period closing on 11 October 2024, with the contract period spanning from 1 April 2025 to 1 April 2032. The procurement targets works including mechanical, electrical, public health, fire, and life safety systems, alongside building fabric and stonework conservation, within the SW1A 0AA postcode area in the United Kingdom.

This tender offers significant business growth opportunities, especially for construction firms with expertise in heritage conservation and complex project delivery. Given the £1.5 billion valuation, the scope and scale of required works promise substantial contracts. Moreover, the open procedure allows various businesses to compete, though the suitability conditions note that SMEs might face competitive challenges. Ideal candidates are those with a robust portfolio in large-scale construction, civil engineering, and heritage building maintenance, capable of handling the intricacies and regulatory requirements of such prestigious and sensitive works.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}