Notice Information
Notice Title
Project Management and Cost Management Framework
Notice Description
The Authority intends to establish a multi-supplier framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The parliamentary estate has a unique built asset portfolio consisting of Grade I, II and II* listed buildings, several of which require refurbishment due to the age and fragility of the buildings, the inadequacy of mechanical and electrical services, poor environmental performance, fire safety improvement requirements and otherwise.
Lot Information
Lot 1
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) intend to establish a bicameral (providing services to both Houses) parliamentary framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The Restoration and Renewal Delivery Authority Limited (Delivery Authority) and any successor body shall also be entitled to issue call-off contracts under the framework agreement. Projects delivered on the estate are characterised by their delivery under the RIBA Plan of Work 2020; the use of the NEC4 suite of contracts and operation to CIC Level 2 BIM. The Authority wishes to procure a single point of responsibility delivery model. The services may include, but are not limited to: project management contract administration (NEC suite of contracts) cost management/consultancy cost estimating services project and cost management of design contacts change management risk management construction management health and safety and CDM advisory services stakeholder management statutory planning and approvals project management project controls and reporting moves management all other similar or related construction project management services as may be required by the authority (including specialist services to support the Project Management Organisation). Providers must be capable of providing and coordinating the input of all of the above services (and any additional related) services necessary for delivery of projects and take accountability for delivery whether services are subcontracted or not. Additional information: This is a Prior Information Notice (PIN) and there are no tender documents to download or submit at this stage. A contract notice will be issued to signal commencement of the formal procurement process. It is anticipated that this will be issued February / March 2023. If you are interested in this potential opportunity and would like to be kept informed, please submit your expression of interest via our In-Tend procurement portal (https://intendhost.co.uk/parliamentuk/aspx/Home) by responding to this PIN FWK1136 (listed within tenders/current). Potential suppliers should note that the Authority is unable to accept a position where a successful project management and cost management services framework supplier can manage services, supplies, or works provided by their own organisation or affiliates or, certify payment for the same. Suppliers will need to satisfy the Authority that irresolvable conflicts will not arise and that an appropriate level of independence will be maintained between project and cost management service arrangement and any other service, supplies, or works contracts / agreements that may be held by the Supplier. Failure to satisfy the Authority in this matter may result in the Supplier's disqualification from the procurement process in accordance with Article 57 of the Public Contracts Regulations 2015. This procurement process replaces the former framework for project management and cost management services reference, FWK1093 which is no longer proceeding. This PIN does not commit or constrain the Authority to the draft outline provided, nor any aspects or element of the delivery model option presented. This is an exploratory market engagement exercise only, not a call for competition. The CPV codes used in this engagement and the full range of services covered may change prior to commencement of the proposed procurement procedure.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03927a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035865-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
30196000 - Planning systems
64216210 - Value-added information services
71000000 - Architectural, construction, engineering and inspection services
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71246000 - Determining and listing of quantities in construction
71247000 - Supervision of building work
71248000 - Supervision of project and documentation
71313410 - Risk or hazard assessment for construction
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
71541000 - Construction project management services
79418000 - Procurement consultancy services
79421000 - Project-management services other than for construction work
79994000 - Contract administration services
Notice Value(s)
- Tender Value
- £88,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Dec 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 28 Feb 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- 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
- Contact Name
- Scott Rossiter
- Contact Email
- rossiters@parliament.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
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-h6vhtk-03927a-2022-12-19T15:23:23Z",
"date": "2022-12-19T15:23:23Z",
"ocid": "ocds-h6vhtk-03927a",
"initiationType": "tender",
"tender": {
"id": "FWK1136",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Project Management and Cost Management Framework",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "The Authority intends to establish a multi-supplier framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The parliamentary estate has a unique built asset portfolio consisting of Grade I, II and II* listed buildings, several of which require refurbishment due to the age and fragility of the buildings, the inadequacy of mechanical and electrical services, poor environmental performance, fire safety improvement requirements and otherwise.",
"value": {
"amount": 88000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly) intend to establish a bicameral (providing services to both Houses) parliamentary framework with suitably qualified and experienced providers of project and cost management services to support the safe, efficient, and effective delivery of a diverse range of projects across the parliamentary estate. The Restoration and Renewal Delivery Authority Limited (Delivery Authority) and any successor body shall also be entitled to issue call-off contracts under the framework agreement. Projects delivered on the estate are characterised by their delivery under the RIBA Plan of Work 2020; the use of the NEC4 suite of contracts and operation to CIC Level 2 BIM. The Authority wishes to procure a single point of responsibility delivery model. The services may include, but are not limited to: project management contract administration (NEC suite of contracts) cost management/consultancy cost estimating services project and cost management of design contacts change management risk management construction management health and safety and CDM advisory services stakeholder management statutory planning and approvals project management project controls and reporting moves management all other similar or related construction project management services as may be required by the authority (including specialist services to support the Project Management Organisation). Providers must be capable of providing and coordinating the input of all of the above services (and any additional related) services necessary for delivery of projects and take accountability for delivery whether services are subcontracted or not. Additional information: This is a Prior Information Notice (PIN) and there are no tender documents to download or submit at this stage. A contract notice will be issued to signal commencement of the formal procurement process. It is anticipated that this will be issued February / March 2023. If you are interested in this potential opportunity and would like to be kept informed, please submit your expression of interest via our In-Tend procurement portal (https://intendhost.co.uk/parliamentuk/aspx/Home) by responding to this PIN FWK1136 (listed within tenders/current). Potential suppliers should note that the Authority is unable to accept a position where a successful project management and cost management services framework supplier can manage services, supplies, or works provided by their own organisation or affiliates or, certify payment for the same. Suppliers will need to satisfy the Authority that irresolvable conflicts will not arise and that an appropriate level of independence will be maintained between project and cost management service arrangement and any other service, supplies, or works contracts / agreements that may be held by the Supplier. Failure to satisfy the Authority in this matter may result in the Supplier's disqualification from the procurement process in accordance with Article 57 of the Public Contracts Regulations 2015. This procurement process replaces the former framework for project management and cost management services reference, FWK1093 which is no longer proceeding. This PIN does not commit or constrain the Authority to the draft outline provided, nor any aspects or element of the delivery model option presented. This is an exploratory market engagement exercise only, not a call for competition. The CPV codes used in this engagement and the full range of services covered may change prior to commencement of the proposed procurement procedure.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30196000",
"description": "Planning systems"
},
{
"scheme": "CPV",
"id": "64216210",
"description": "Value-added information services"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71246000",
"description": "Determining and listing of quantities in construction"
},
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79421000",
"description": "Project-management services other than for construction work"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-02-28T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-71301",
"name": "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",
"identifier": {
"legalName": "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",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Westminster",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Scott Rossiter",
"email": "rossiters@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/Home",
"buyerProfile": "https://in-tendhost.co.uk/parliamentuk/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "UK Parliament"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-71301",
"name": "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"
},
"language": "en"
}