Notice Information
Notice Title
Legal Service Planning and Consents
Notice Description
Forming part of a UNESCO World Heritage Site, the Palace of Westminster is one of the most recognisable buildings in the world. The Delivery Authority has been established for the purpose of restoring and renewing this Grade I listed building to preserve it for future generations. The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy. The Delivery Authority was established in 2020 pursuant to the Parliamentary Buildings (Restoration and Renewal) Act 2019 (as amended by The Parliamentary Works Sponsor Body (Abolition) Regulations 2022) (the 'Act') to perform the functions set out in section 3(4) of the Act: (i) to formulate proposals relating to the Palace restoration works during phase one of the R&R Programme and, (ii) to carry out the works during phase two of the R&R Programme. The Corporate Officers of the House of Commons and the House of Lords (acting jointly) have overall responsibility for the Parliamentary building works under the Act and are the sole member and guarantor of the Delivery Authority. The Delivery Authority is seeking to appoint a provider of specialist legal services in the field of legal planning and consents (Services) to support the Delivery Authority in securing the necessary planning and other consents to deliver the R&R Programme. The scope of the Services is further detailed in the Selection Questionnaire Pack (SQP) and Find a Tender Service (FTS) notice. The Corporate Officers of the House of Commons and the House of Lords are named users under the agreement. The Delivery Authority intends to invite 5 Candidates to tender for the Contract and to appoint a single Supplier. Further information on the evaluation methodology can be found in the SQP. Additional information: 1) To express interest in the Contract, Candidates must complete the SQ on the Jaggaer system at - https://rrparliament.app.jaggaer.com strictly in accordance with the SQP and by the SQ Response Deadline stated in the SQP. Please note that the SQ Response Deadline is a precise time and Candidates should allow sufficient time to upload their SQ Responses. 2) A Candidate may be a single organisation or a Consortium. Each Candidate must submit how this organizational structure will work in a single SQ application representing the Consortium. A single economic operator may only apply once, whether as a single Candidate or as a party to a Consortium. Candidates should note that this restriction does not apply to subcontractors. See further SQP Section [3]. 3) Words in this Contract Notice with initial capital letters are defined in the SQP (see Table [1.3] Glossary). 4) Candidates are required to download the Non-Disclosure Agreement (NDA) from the portal before they will be given access to the procurement documents. The NDA must be submitted as a correspondence and a declaration must also be submitted, stating that the NDA has not been modified. Access to the procurement documents will not be granted until the signed NDA has been received. For further assistance contact commercial@r-r.org.uk. Shortlisted Bidders' personnel may be required to be security cleared to view tender documentation. 5) The Delivery Authority is the main user of this Contract but it may also be used by the Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons. 6) Section II.2.6) (Estimated value): The estimated value includes the total of the scope as described in SQP Appendix A (Scope). 7) Section II.2.7) (Duration of the contract): The term of the Contract will be for an initial term of 5 years (60 months) although the Delivery Authority reserves the right to extend the term of the Contract for up to a further 2 years (24 months) to make a maximum possible term of 7 years (84 months). 8) Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any SQ and with submitting any tender, howsoever incurred. 9) Successful tenderers will need to be compliant with the R&R Programme's standards and policies as identified in the SQP.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-e58789be-c822-4ab2-a1a9-225ad1dcf994
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/521a4285-ba69-464e-9dfa-b2c130e11f14
- 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, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79100000 - Legal services
79110000 - Legal advisory and representation services
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Oct 20241 years ago
- Submission Deadline
- 10 Jan 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 5 May 2025 - 5 May 2030 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
- RESTORATION & RENEWAL DELIVERY AUTHORITY LTD
- Contact Name
- Not specified
- Contact Email
- commercial@r-r.org.uk
- Contact Phone
- Not specified
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/521a4285-ba69-464e-9dfa-b2c130e11f14
31st October 2024 - Opportunity 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-e58789be-c822-4ab2-a1a9-225ad1dcf994-2024-10-31T13:43:22Z",
"date": "2024-10-31T13:43:22Z",
"ocid": "ocds-b5fd17-e58789be-c822-4ab2-a1a9-225ad1dcf994",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_411956/1413741",
"title": "Legal Service Planning and Consents",
"description": "Forming part of a UNESCO World Heritage Site, the Palace of Westminster is one of the most recognisable buildings in the world. The Delivery Authority has been established for the purpose of restoring and renewing this Grade I listed building to preserve it for future generations. The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy. The Delivery Authority was established in 2020 pursuant to the Parliamentary Buildings (Restoration and Renewal) Act 2019 (as amended by The Parliamentary Works Sponsor Body (Abolition) Regulations 2022) (the 'Act') to perform the functions set out in section 3(4) of the Act: (i) to formulate proposals relating to the Palace restoration works during phase one of the R&R Programme and, (ii) to carry out the works during phase two of the R&R Programme. The Corporate Officers of the House of Commons and the House of Lords (acting jointly) have overall responsibility for the Parliamentary building works under the Act and are the sole member and guarantor of the Delivery Authority. The Delivery Authority is seeking to appoint a provider of specialist legal services in the field of legal planning and consents (Services) to support the Delivery Authority in securing the necessary planning and other consents to deliver the R&R Programme. The scope of the Services is further detailed in the Selection Questionnaire Pack (SQP) and Find a Tender Service (FTS) notice. The Corporate Officers of the House of Commons and the House of Lords are named users under the agreement. The Delivery Authority intends to invite 5 Candidates to tender for the Contract and to appoint a single Supplier. Further information on the evaluation methodology can be found in the SQP. Additional information: 1) To express interest in the Contract, Candidates must complete the SQ on the Jaggaer system at - https://rrparliament.app.jaggaer.com strictly in accordance with the SQP and by the SQ Response Deadline stated in the SQP. Please note that the SQ Response Deadline is a precise time and Candidates should allow sufficient time to upload their SQ Responses. 2) A Candidate may be a single organisation or a Consortium. Each Candidate must submit how this organizational structure will work in a single SQ application representing the Consortium. A single economic operator may only apply once, whether as a single Candidate or as a party to a Consortium. Candidates should note that this restriction does not apply to subcontractors. See further SQP Section [3]. 3) Words in this Contract Notice with initial capital letters are defined in the SQP (see Table [1.3] Glossary). 4) Candidates are required to download the Non-Disclosure Agreement (NDA) from the portal before they will be given access to the procurement documents. The NDA must be submitted as a correspondence and a declaration must also be submitted, stating that the NDA has not been modified. Access to the procurement documents will not be granted until the signed NDA has been received. For further assistance contact commercial@r-r.org.uk. Shortlisted Bidders' personnel may be required to be security cleared to view tender documentation. 5) The Delivery Authority is the main user of this Contract but it may also be used by the Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons. 6) Section II.2.6) (Estimated value): The estimated value includes the total of the scope as described in SQP Appendix A (Scope). 7) Section II.2.7) (Duration of the contract): The term of the Contract will be for an initial term of 5 years (60 months) although the Delivery Authority reserves the right to extend the term of the Contract for up to a further 2 years (24 months) to make a maximum possible term of 7 years (84 months). 8) Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any SQ and with submitting any tender, howsoever incurred. 9) Successful tenderers will need to be compliant with the R&R Programme's standards and policies as identified in the SQP.",
"datePublished": "2024-10-28T15:20:18Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79110000",
"description": "Legal advisory and representation services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2025-01-10T12:00:00Z"
},
"contractPeriod": {
"startDate": "2025-05-06T00:00:00+01:00",
"endDate": "2030-05-05T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/521a4285-ba69-464e-9dfa-b2c130e11f14",
"datePublished": "2024-10-28T15:20:18Z",
"format": "text/html",
"language": "en",
"dateModified": "2024-10-31T13:43:22Z"
}
]
},
"parties": [
{
"id": "GB-CFS-299744",
"name": "Restoration & Renewal Delivery Authority Ltd",
"identifier": {
"legalName": "Restoration & Renewal Delivery Authority Ltd"
},
"address": {
"streetAddress": "8/64VS",
"locality": "London",
"postalCode": "SW1A 0AA",
"countryName": "England"
},
"contactPoint": {
"email": "commercial@r-r.org.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-299744",
"name": "Restoration & Renewal Delivery Authority Ltd"
}
}