Tender

GSV1838-Programme Representative Service (Restoration and Renewal)

PARLIAMENT UK

This public procurement record has 6 releases in its history.

TenderAmendment

06 Mar 2019 at 15:41

TenderAmendment

06 Mar 2019 at 11:09

TenderAmendment

06 Mar 2019 at 11:08

TenderAmendment

06 Mar 2019 at 11:08

TenderAmendment

06 Mar 2019 at 11:07

Tender

06 Mar 2019 at 11:06

Summary of the contracting process

The Parliament UK is seeking bids for the tender titled "GSV1838-Programme Representative Service (Restoration and Renewal)", which falls within the business and management consultancy sector. This procurement process is currently in the tender stage, with the deadline for submissions set for 12.00 noon UK time on 1st April 2019. The contract period is scheduled to commence on 19th October 2019 and will run until 18th October 2033, with a total contract value estimated between £19,500,000 and £28,000,000. The relevant works will take place in London, specifically at the Palace of Westminster.

This tender presents significant opportunities for businesses specialising in consultancy services, particularly those with expertise in construction programme management, design within heritage contexts, and stakeholder engagement. Small and medium-sized enterprises (SMEs) are encouraged to apply, as the procurement process is designed to allow diverse participation. Companies proficient in technical advice, programme assurance, and contract management will find this tender particularly suited to their capabilities, aiding in their growth and expansion in a high-profile project aimed at preserving the historic Palace of Westminster.

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

GSV1838-Programme Representative Service (Restoration and Renewal)

Notice Description

The Restoration and Renewal Programme has been established to tackle the significant work that needs to be carried out to protect and preserve the heritage of the Palace of Westminster and ensure it can continue to serve as home to the UK Parliament in the 21st century. Parliament has authorised the establishment of a Delivery Authority and Sponsor Body, to manage the work. The Sponsor Body will establish a governance and assurance structure to provide assurance to itself and other key stakeholders that the development and delivery of the Programme is meeting its requirements and provides value for money. As part of this governance and assurance structure the Sponsor will appoint a Programme Representative (P-Rep) whose role is to provide continuous independent scrutiny of the delivery of the Programme by the Delivery Authority. Suppliers are required to download the Non-Disclosure Deed (NDD) from the portal before accessing the SQ documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received. Parliament has authorised the establishment of a Delivery Authority and Sponsor Body, to manage the work. The sponsor body will establish a governance and assurance structure to provide assurance to itself and other key stakeholders that the development and delivery of the programme is meeting its requirements and provides value for money. As part of this governance and assurance structure the Sponsor will appoint a Programme Representative (P-Rep) whose role is to provide continuous independent scrutiny of the delivery of the Programme by the Delivery Authority. The required services are likely to include, but are not limited to, the following: (a) the provision of technical advice, scrutiny and assurance to the Sponsor Body on all aspects of delivery of the Programme by the Delivery Authority; (b) the provision of expert advice in the following areas: - establishing effective delivery organisations for the entire Programme lifecycle, - effective stakeholder and interface management, - governance of major construction programmes, - technical, commercial and programme assurance on major programmes, - design within the context of the heritage building fabric of the Palace of Westminster, - programme delivery, controls, monitoring and reporting, - commercial management, procurement, supply chain and contract management, cost estimating and management, claims management, - change control, risk, contingency and value management, - health, safety and welfare as it applies to major construction programmes, - heritage and cultural aspects associated with the R&R Programme, - application of digital and information technology to design and delivery and to the security, operation and management of the restored buildings. Additional information: The SQ documents will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents select the tender reference GSV1838 in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the 'forgotten password' link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12.00 noon UK time on 1st of April 2019. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR. Suppliers are required to download the Non-Disclosure Deed (NDD) from the portal before accessing the SQ documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received. Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e17d9479-d0a3-440e-b8d0-5a30a2ad5548
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e1d281e3-ed11-4087-9af3-7072ce8a6bc4
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71220000 - Architectural design services

71311000 - Civil engineering consultancy services

71313000 - Environmental engineering consultancy services

71317000 - Hazard protection and control consultancy services

71320000 - Engineering design services

71600000 - Technical testing, analysis and consultancy services

72224000 - Project management consultancy services

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

79411000 - General management consultancy services

90700000 - Environmental services

Notice Value(s)

Tender Value
£28,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Mar 20196 years ago
Submission Deadline
1 Apr 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
18 Oct 2019 - 18 Oct 2033 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
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

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-e17d9479-d0a3-440e-b8d0-5a30a2ad5548-2019-03-06T15:41:27Z",
    "date": "2019-03-06T15:41:27Z",
    "ocid": "ocds-b5fd17-e17d9479-d0a3-440e-b8d0-5a30a2ad5548",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "GSV1838",
        "title": "GSV1838-Programme Representative Service (Restoration and Renewal)",
        "description": "The Restoration and Renewal Programme has been established to tackle the significant work that needs to be carried out to protect and preserve the heritage of the Palace of Westminster and ensure it can continue to serve as home to the UK Parliament in the 21st century. Parliament has authorised the establishment of a Delivery Authority and Sponsor Body, to manage the work. The Sponsor Body will establish a governance and assurance structure to provide assurance to itself and other key stakeholders that the development and delivery of the Programme is meeting its requirements and provides value for money. As part of this governance and assurance structure the Sponsor will appoint a Programme Representative (P-Rep) whose role is to provide continuous independent scrutiny of the delivery of the Programme by the Delivery Authority. Suppliers are required to download the Non-Disclosure Deed (NDD) from the portal before accessing the SQ documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received. Parliament has authorised the establishment of a Delivery Authority and Sponsor Body, to manage the work. The sponsor body will establish a governance and assurance structure to provide assurance to itself and other key stakeholders that the development and delivery of the programme is meeting its requirements and provides value for money. As part of this governance and assurance structure the Sponsor will appoint a Programme Representative (P-Rep) whose role is to provide continuous independent scrutiny of the delivery of the Programme by the Delivery Authority. The required services are likely to include, but are not limited to, the following: (a) the provision of technical advice, scrutiny and assurance to the Sponsor Body on all aspects of delivery of the Programme by the Delivery Authority; (b) the provision of expert advice in the following areas: - establishing effective delivery organisations for the entire Programme lifecycle, - effective stakeholder and interface management, - governance of major construction programmes, - technical, commercial and programme assurance on major programmes, - design within the context of the heritage building fabric of the Palace of Westminster, - programme delivery, controls, monitoring and reporting, - commercial management, procurement, supply chain and contract management, cost estimating and management, claims management, - change control, risk, contingency and value management, - health, safety and welfare as it applies to major construction programmes, - heritage and cultural aspects associated with the R&R Programme, - application of digital and information technology to design and delivery and to the security, operation and management of the restored buildings. Additional information: The SQ documents will be accessible at the Houses of Parliament's e-procurement portal: http://in-tendhost.co.uk/parliamentuk. Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents select the tender reference GSV1838 in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the 'forgotten password' link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12.00 noon UK time on 1st of April 2019. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR. Suppliers are required to download the Non-Disclosure Deed (NDD) from the portal before accessing the SQ documents. The NDD must be submitted as a correspondence and a declaration must also be submitted, stating that the NDD has not been modified. Access to the tender documents will not be granted until the signed NDD has been received. Is a Recurrent Procurement Type? : No",
        "datePublished": "2019-03-06T11:06:09Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79400000",
            "description": "Business and management consultancy and related services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71317000",
                "description": "Hazard protection and control consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71320000",
                "description": "Engineering design services"
            },
            {
                "scheme": "CPV",
                "id": "71313000",
                "description": "Environmental engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79410000",
                "description": "Business and management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79411000",
                "description": "General management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71311000",
                "description": "Civil engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72224000",
                "description": "Project management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71600000",
                "description": "Technical testing, analysis and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "90700000",
                "description": "Environmental services"
            },
            {
                "scheme": "CPV",
                "id": "71220000",
                "description": "Architectural design services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 0AA"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 19500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 28000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-04-01T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-10-19T00:00:00+01:00",
            "endDate": "2033-10-18T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e1d281e3-ed11-4087-9af3-7072ce8a6bc4",
                "datePublished": "2019-03-06T15:41:27Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2019-03-06T15:41:27Z"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Additional information on how to apply for this contract",
                "url": "https://in-tendhost.co.uk/parliamentuk/aspx/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-8007",
            "name": "Parliament UK",
            "identifier": {
                "legalName": "Parliament UK"
            },
            "address": {
                "streetAddress": "7 Millbank, London",
                "locality": "London",
                "postalCode": "SW1A 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Parliamentary Procurement & Commercial Service",
                "email": "ppcs@parliament.uk",
                "telephone": "02072191600"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-8007",
        "name": "Parliament UK"
    }
}