Notice Information
Notice Title
FWK1121-Programme, Project and Cost Management Services
Notice Description
The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. The Services may include but may not be limited to programme management; project management; contract administration (NEC3/NEC4 suite of contracts); cost management / consultancy; design management; change management; risk management; construction management; health and Safety and CDM advisory services; stakeholder management; statutory planning and approvals project management; programme controls and reporting; moves management and other similar or related construction project management services as may be required by the Authority. The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. Consisting of a unique built asset portfolio, the Northern Estate consists of a range of Grade I, II and II* listed buildings several of which require refurbishment due to, amongst other factors, the age and fragility of the buildings; the inadequacy of mechanical and electrical services; poor environmental performance; fire safety improvement requirements and otherwise. Services may also be required to support the Northern Estate Programme to develop additional space and facilities required for the House of Commons to decant from the Palace of Westminster, including an operational Chamber, Committee rooms and House support services. While the Authority's current preference is for a single point of responsibility model, it is willing to consider other models / constructs. The Services may include but not be limited to: - Programme management; - Project management; - Contract administration (NEC3/NEC4 suite of contracts); - Cost management / consultancy; - Design management; - Change management; - Risk management; - Construction management; - Health and Safety and CDM advisory services; - Stakeholder management; - Statutory planning and approvals project management; - Programme controls and reporting; - Moves management; - Other similar or related construction project management services as may be required by the Authority. Estate projects and programmes utilise the RIBA Plan of Work 2013; CIC Level 2 BIM and the NEC3/4 suite of contracts. The authority recognise that the estate programme of work will require an experienced and suitably skilled programme, project and cost management team capable of managing the scale, technical complexity, logistical complexity, heritage considerations and level of public scrutiny of the programme(s). Additional information: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly of the Houses of Parliament, London, SW1A 0AA , and in addition the delivery authority to be established pursuant to the Parliamentary Buildings (Restoration and Renewal) Bill 2017-19 are intending to award a sole supplier framework agreement for the provision of Programme, Project and Cost Management Services. Potential suppliers should note that the authority is unable to accept a position where the successful programme, project and cost management services framework supplier can manage services or works provided by their own organisation or affiliates or certify payment for the same. It is accordingly the view of the authority that any contractor which is party to a works or service contract on the Northern Estate Programme or elsewhere on the parliamentary estate where such scenario exists would be conflicted, within the meaning of Regulation 58(17) of the Public Contracts Regulations, so as to negatively affect its performance of this contract and the corporate officers accordingly intend to exclude any such person from participating in this competition. This procurement does not replace the strategic estate framework for project management and cost management services [FWK1093] but does supersede the contract for programme, project and cost management awarded January 2017 [COM1273] which is being concluded in accordance within the terms of that contract. The SQ documents will be accessible at the Houses of Parliament 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 FWK1121 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. 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. Is a Recurrent Procurement Type? : No
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ef438c04-3aed-4a11-a7ef-5bb5fd0a1c7e
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f62a3ec0-fd9b-4a77-8e50-c70e0b1725e3
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71240000 - Architectural, engineering and planning services
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71247000 - Supervision of building work
71248000 - Supervision of project and documentation
71313410 - Risk or hazard assessment for construction
71317100 - Fire and explosion protection and control consultancy services
71317210 - Health and safety consultancy services
71322100 - Quantity surveying services for civil engineering works
71324000 - Quantity surveying services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
71541000 - Construction project management services
79411000 - General management consultancy services
Notice Value(s)
- Tender Value
- £95,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Oct 20196 years ago
- Submission Deadline
- 12 Nov 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Mar 2020 - 29 Mar 2028 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
- 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/f62a3ec0-fd9b-4a77-8e50-c70e0b1725e3
21st October 2019 - Opportunity notice on Contracts Finder -
https://in-tendhost.co.uk/parliamentuk/aspx/
Additional information on how to apply for this contract
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-ef438c04-3aed-4a11-a7ef-5bb5fd0a1c7e-2019-10-21T14:53:05+01:00",
"date": "2019-10-21T14:53:05+01:00",
"ocid": "ocds-b5fd17-ef438c04-3aed-4a11-a7ef-5bb5fd0a1c7e",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "FWK1121",
"title": "FWK1121-Programme, Project and Cost Management Services",
"description": "The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. The Services may include but may not be limited to programme management; project management; contract administration (NEC3/NEC4 suite of contracts); cost management / consultancy; design management; change management; risk management; construction management; health and Safety and CDM advisory services; stakeholder management; statutory planning and approvals project management; programme controls and reporting; moves management and other similar or related construction project management services as may be required by the Authority. The Authority intends to establish a sole supplier framework with a suitably qualified and experienced provider of programme, project and cost management services to support a portfolio of projects predominantly (but not exclusively) on Parliaments' Northern Estate. Consisting of a unique built asset portfolio, the Northern Estate consists of a range of Grade I, II and II* listed buildings several of which require refurbishment due to, amongst other factors, the age and fragility of the buildings; the inadequacy of mechanical and electrical services; poor environmental performance; fire safety improvement requirements and otherwise. Services may also be required to support the Northern Estate Programme to develop additional space and facilities required for the House of Commons to decant from the Palace of Westminster, including an operational Chamber, Committee rooms and House support services. While the Authority's current preference is for a single point of responsibility model, it is willing to consider other models / constructs. The Services may include but not be limited to: - Programme management; - Project management; - Contract administration (NEC3/NEC4 suite of contracts); - Cost management / consultancy; - Design management; - Change management; - Risk management; - Construction management; - Health and Safety and CDM advisory services; - Stakeholder management; - Statutory planning and approvals project management; - Programme controls and reporting; - Moves management; - Other similar or related construction project management services as may be required by the Authority. Estate projects and programmes utilise the RIBA Plan of Work 2013; CIC Level 2 BIM and the NEC3/4 suite of contracts. The authority recognise that the estate programme of work will require an experienced and suitably skilled programme, project and cost management team capable of managing the scale, technical complexity, logistical complexity, heritage considerations and level of public scrutiny of the programme(s). Additional information: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly of the Houses of Parliament, London, SW1A 0AA , and in addition the delivery authority to be established pursuant to the Parliamentary Buildings (Restoration and Renewal) Bill 2017-19 are intending to award a sole supplier framework agreement for the provision of Programme, Project and Cost Management Services. Potential suppliers should note that the authority is unable to accept a position where the successful programme, project and cost management services framework supplier can manage services or works provided by their own organisation or affiliates or certify payment for the same. It is accordingly the view of the authority that any contractor which is party to a works or service contract on the Northern Estate Programme or elsewhere on the parliamentary estate where such scenario exists would be conflicted, within the meaning of Regulation 58(17) of the Public Contracts Regulations, so as to negatively affect its performance of this contract and the corporate officers accordingly intend to exclude any such person from participating in this competition. This procurement does not replace the strategic estate framework for project management and cost management services [FWK1093] but does supersede the contract for programme, project and cost management awarded January 2017 [COM1273] which is being concluded in accordance within the terms of that contract. The SQ documents will be accessible at the Houses of Parliament 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 FWK1121 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. 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. Is a Recurrent Procurement Type? : No",
"datePublished": "2019-09-10T09:00:28+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71317100",
"description": "Fire and explosion protection and control consultancy services"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning 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": 45000000,
"currency": "GBP"
},
"value": {
"amount": 95000000,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
"tenderPeriod": {
"endDate": "2019-11-12T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-03-30T00:00:00+01:00",
"endDate": "2028-03-29T23:59:59+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/f62a3ec0-fd9b-4a77-8e50-c70e0b1725e3",
"datePublished": "2019-10-21T14:53:05+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2019-10-21T14:53:05+01:00"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Additional information on how to apply for this contract",
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/"
}
],
"procurementMethod": "selective"
},
"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"
}
}