Planning

Project Management and Cost Management Framework

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

This public procurement record has 1 release in its history.

Planning

19 Dec 2022 at 15:23

Summary of the contracting process

The buying organisation, 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, is planning a tender titled "Project Management and Cost Management Framework" in the services category of the architectural, construction, engineering, and inspection services industry. This tender aims to establish a multi-supplier framework for project and cost management services across the parliamentary estate. The estimated value of the tender is £88,000,000. The procurement stage is planned, and a contract notice is expected to be issued in February/March 2023.

This tender presents an opportunity for business growth for providers of project and cost management services with experience in architectural and construction projects. Businesses capable of offering a wide range of services such as project management, contract administration, cost estimating, risk management, and health and safety consultancy would be well-suited to compete. Interested parties should submit an expression of interest via the In-Tend procurement portal to stay informed about the formal procurement process when it commences. The tender is focused on projects within the parliamentary estate, characterised by their adherence to specific project delivery methodologies like the RIBA Plan of Work 2020 and NEC4 contracts.

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

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.

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

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

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-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"
}