Planning

Parliamentary Construction Partnership Framework

UK PARLIAMENT

This public procurement record has 1 release in its history.

Planning

02 Feb 2024 at 13:18

Summary of the contracting process

The UK Parliament has issued a Prior Information Notice for the Parliamentary Construction Partnership Framework, with a value of £1.2 billion. The tender, planned for March 2024, aims to facilitate works on the Palace of Westminster, a Grade I listed heritage asset, and includes various lots for high, medium, and low-value construction works. Interested providers are invited to participate through the In-Tend procurement portal.

This tender presents an opportunity for construction contractors with expertise in heritage conservation, construction safety, and project planning to engage in the restoration and renewal of significant buildings within the Parliamentary Estate. The Framework, led by the Strategic Estates team, seeks capable contractors across different specialisms to deliver projects within the Medium-Term Investment Plan, ensuring the preservation and enhancement of the Parliamentary Estate into the early 2030s. Successful bidders will be appointed to framework lots and can expect call-off contracts based on the NEC4 suite of contracts, emphasising performance management and fair allocation of works.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Parliamentary Construction Partnership Framework

Notice Description

The Palace of Westminster (PoW) is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster., and the wider Parliamentary Estate. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this Prior Information Notice is to provide information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework, which expires at its earliest date of 15th March-2025. The procurement of contractors to undertake construction works is a key enabler to the successful delivery of the Medium-Term Investment Plan (MTIP) by Strategic Estates. As the requirement for these services and works continues to increase across the Parliamentary Estate, the procurement of this new Framework, and its services and works, is required to maintain the capability and capacity to construct and deliver projects that are part of the portfolio of capital investment and capital maintenance projects that constitute the MTIP, into the early 2030s. This Framework builds upon the original content of the MEPFS Framework and incorporates lessons learnt through its use over the last few years, and the feedback and thoughts from internal and external stakeholders to ensure this Framework is fit for purpose going forward. This new Framework seeks to ensure that the Corporate Officers have access to a proportionate and resilient number of capable Contractors, across a number of Lots, with different specialisms and disciplines, who can undertake the wide range of construction works and services required to meet the needs of the MTIP and Estate Masterplan..

Lot Information

Lot 1

The Palace of Westminster (PoW) is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster., and the wider Parliamentary Estate. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this Prior Information Notice is to provide information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework, which expires at its earliest date of 15th March-2025. The procurement of contractors to undertake construction works is a key enabler to the successful delivery of the Medium-Term Investment Plan (MTIP) by Strategic Estates. As the requirement for these services and works continues to increase across the Parliamentary Estate, the procurement of this new Framework, and its services and works, is required to maintain the capability and capacity to construct and deliver projects that are part of the portfolio of capital investment and capital maintenance projects that constitute the MTIP, into the early 2030s. This Framework builds upon the original content of the MEPFS Framework and incorporates lessons learnt through its use over the last few years, and the feedback and thoughts from internal and external stakeholders to ensure this Framework is fit for purpose going forward. This new Framework seeks to ensure that the Corporate Officers have access to a proportionate and resilient number of capable Contractors, across a number of Lots, with different specialisms and disciplines, who can undertake the wide range of construction works and services required to meet the needs of the MTIP and Estate Masterplan.. Strategic Estates & Restoration and Renewal Delivery Authority It is important to distinguish from the above the co-ordinated but separate project delivery of the Restoration & Renewal programme. A separate entity (the Restoration and Renewal Delivery Authority Limited) has been established to deliver the works required across the Parliamentary Estate to ensure the safety of those who work and visit here, and to support the continued business of Parliament. This includes planning for the large and complex restoration of the Palace of Westminster to preserve it for future generations. Furthermore, in the future, it may become necessary for call-off contracts to be novated to the Restoration and Renewal Delivery Authority Ltd. On background: Further information about the role of the R&R Client Board, and R&R Programme Board, is available on the parliamentary website Tens of thousands of hours of Palace building investigations are being carried out by the Delivery Authority to build on existing records and better understand the Palace's condition. Over the summer and early autumn, specialists spent 4850 hours examining 160 rooms and drilling boreholes up to 70 metres deep to assess ground conditions around the Palace of Westminster. In the meantime, there are dozens of major projects underway now to repair and restore key buildings by in-house teams including Strategic Estates, Digital, and Maintenance. Projects include Victoria Tower and Norman Shaw North. At any one time there are dozens more projects underway to improve and repair key services and keep the estate running for the 3000+ people on site each day. Additional information: The authority is looking to engage contractors with the capability and capacity to lead, co-ordinate and manage the delivery of works projects. Core works will ideally be delivered by Contractors' in-house capability, with specialist works delivered in conjunction with the contractors' established supply chains * Lot 1 - High Value Construction Works of Mixed Discipline, circa PS30m, and over. * Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health, and Fire) Discipline, over circa PS2.5m, but under circa PS30m * Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Heritage, Roofing, and Conservational Discipline, up to circa PS30m * Lot 4 - Low / Minor Value Construction Works of Mixed Discipline (Building Works, M&E, and Fit-Out works), up to circa PS2.5m The threshold and values above are not fixed at this stage, and may be adjusted following receipt of responses to this PIN, and prior to the release of the Contract Notice, Selection Questionnaire (SQ), and Invitation to Tender (ITT). An invitation to tender (ITT) will be issued providing full details of the framework. Once appointed onto the framework lot, call-off contracts will be awarded on the basis of mini-competition or direct award procedures. Call-off contracts will be based on the NEC4 suite of contracts, and utilise a variety of contracting strategies that consider design responsibility, early contractor involvement and one/two stage tendering, and more strategic partnership strategies such as management contracting, and construction management. The allocation of the work via the direct award procedure, and to maintain a position on the framework, shall be subject to a performance management regime using Key Performance Indicators, and a 'Cab Rank' (a revolving method of fairly allocating works)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0436cb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003530-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£1,200,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20242 years ago
Submission Deadline
Not specified
Future Notice Date
15 Mar 2024Expired
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
UK PARLIAMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLI32 Westminster

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Further Information

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-0436cb-2024-02-02T13:18:37Z",
    "date": "2024-02-02T13:18:37Z",
    "ocid": "ocds-h6vhtk-0436cb",
    "description": "The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons acting jointly invite interested parties to express their interest to participate in this tender opportunity. A named user of this Framework shall be the Restoration and Renewal Delivery Authority Limited. Interested providers who wish to participate are requested to download and review the PIN and from our In-Tend procurement portal - https://in-tendhost.co.uk/parliamentuk/aspx/Home The Authority advises that an alternative tendering system from In-Tend will be used at the time of the publication of the Contract Notice and accompanying SQ and ITT. Full details and instructions to register and access this system shall be provided within the Contract Notice, which will be published to Find a Tender system as outlined within the procurement timeline. This engagement does not commit or constrain the Authority to the details outlined and provided within this PIN, nor any aspects or element of the delivery model option presented. This is an exploratory 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 competition. Please note this is a Prior Information Notice 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 in March 2024. Interested providers who wish to participate are requested to download and review the PIN and briefing pack from our In-Tend procurement portal - https://in-tendhost.co.uk/parliamentuk/aspx/Home",
    "initiationType": "tender",
    "tender": {
        "id": "FWK1150",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Parliamentary Construction Partnership Framework",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Palace of Westminster (PoW) is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster., and the wider Parliamentary Estate. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this Prior Information Notice is to provide information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework, which expires at its earliest date of 15th March-2025. The procurement of contractors to undertake construction works is a key enabler to the successful delivery of the Medium-Term Investment Plan (MTIP) by Strategic Estates. As the requirement for these services and works continues to increase across the Parliamentary Estate, the procurement of this new Framework, and its services and works, is required to maintain the capability and capacity to construct and deliver projects that are part of the portfolio of capital investment and capital maintenance projects that constitute the MTIP, into the early 2030s. This Framework builds upon the original content of the MEPFS Framework and incorporates lessons learnt through its use over the last few years, and the feedback and thoughts from internal and external stakeholders to ensure this Framework is fit for purpose going forward. This new Framework seeks to ensure that the Corporate Officers have access to a proportionate and resilient number of capable Contractors, across a number of Lots, with different specialisms and disciplines, who can undertake the wide range of construction works and services required to meet the needs of the MTIP and Estate Masterplan..",
        "value": {
            "amount": 1200000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Palace of Westminster (PoW) is an internationally important heritage asset as acknowledged by its Grade I listing designation, and inclusion as a UNESCO World Heritage Site. The Parliamentary Estate has a unique built asset portfolio and has a total gross internal floor areas exceeding 250,000m2. Approximately 70% of the buildings on the Parliamentary Estate are 'Listed' under Heritage status, with two buildings, Norman Shaw North and the Palace of Westminster, of exceptional interest, and which are Grade 1 'Listed'. Parliament is exercising its duty of care to prevent future deterioration of the mechanical, electrical, public health, fire and life safety systems, building fabric, roofing, stonework, and other associated works and projects, as custodians of this Grade I Listed asset and to maintain a safe and secure environment in and around the Palace of Westminster., and the wider Parliamentary Estate. The Framework will predominantly facilitate the procurement and works requirements of the Corporate Officers' project delivery team (the Strategic Estates team). The Strategic Estates team is bicameral, serving both Houses, and is responsible for the infrastructure comprising the Parliamentary Estate. Their work encompasses a broad set of responsibilities, including the delivery of construction projects, construction safety, the provision of specialist planning and design support, and the care and development of our internationally significant heritage collections, among others. The purpose of this Prior Information Notice is to provide information for the procurement and implementation of a Parliamentary Construction Partnership (CPF) Framework, that shall serve as an enhancement of, and successor to the existing MEPFS (Mechanical, Electrical, Public health, and Fabric Safety) Framework, which expires at its earliest date of 15th March-2025. The procurement of contractors to undertake construction works is a key enabler to the successful delivery of the Medium-Term Investment Plan (MTIP) by Strategic Estates. As the requirement for these services and works continues to increase across the Parliamentary Estate, the procurement of this new Framework, and its services and works, is required to maintain the capability and capacity to construct and deliver projects that are part of the portfolio of capital investment and capital maintenance projects that constitute the MTIP, into the early 2030s. This Framework builds upon the original content of the MEPFS Framework and incorporates lessons learnt through its use over the last few years, and the feedback and thoughts from internal and external stakeholders to ensure this Framework is fit for purpose going forward. This new Framework seeks to ensure that the Corporate Officers have access to a proportionate and resilient number of capable Contractors, across a number of Lots, with different specialisms and disciplines, who can undertake the wide range of construction works and services required to meet the needs of the MTIP and Estate Masterplan.. Strategic Estates & Restoration and Renewal Delivery Authority It is important to distinguish from the above the co-ordinated but separate project delivery of the Restoration & Renewal programme. A separate entity (the Restoration and Renewal Delivery Authority Limited) has been established to deliver the works required across the Parliamentary Estate to ensure the safety of those who work and visit here, and to support the continued business of Parliament. This includes planning for the large and complex restoration of the Palace of Westminster to preserve it for future generations. Furthermore, in the future, it may become necessary for call-off contracts to be novated to the Restoration and Renewal Delivery Authority Ltd. On background: Further information about the role of the R&R Client Board, and R&R Programme Board, is available on the parliamentary website Tens of thousands of hours of Palace building investigations are being carried out by the Delivery Authority to build on existing records and better understand the Palace's condition. Over the summer and early autumn, specialists spent 4850 hours examining 160 rooms and drilling boreholes up to 70 metres deep to assess ground conditions around the Palace of Westminster. In the meantime, there are dozens of major projects underway now to repair and restore key buildings by in-house teams including Strategic Estates, Digital, and Maintenance. Projects include Victoria Tower and Norman Shaw North. At any one time there are dozens more projects underway to improve and repair key services and keep the estate running for the 3000+ people on site each day. Additional information: The authority is looking to engage contractors with the capability and capacity to lead, co-ordinate and manage the delivery of works projects. Core works will ideally be delivered by Contractors' in-house capability, with specialist works delivered in conjunction with the contractors' established supply chains * Lot 1 - High Value Construction Works of Mixed Discipline, circa PS30m, and over. * Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health, and Fire) Discipline, over circa PS2.5m, but under circa PS30m * Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Heritage, Roofing, and Conservational Discipline, up to circa PS30m * Lot 4 - Low / Minor Value Construction Works of Mixed Discipline (Building Works, M&E, and Fit-Out works), up to circa PS2.5m The threshold and values above are not fixed at this stage, and may be adjusted following receipt of responses to this PIN, and prior to the release of the Contract Notice, Selection Questionnaire (SQ), and Invitation to Tender (ITT). An invitation to tender (ITT) will be issued providing full details of the framework. Once appointed onto the framework lot, call-off contracts will be awarded on the basis of mini-competition or direct award procedures. Call-off contracts will be based on the NEC4 suite of contracts, and utilise a variety of contracting strategies that consider design responsibility, early contractor involvement and one/two stage tendering, and more strategic partnership strategies such as management contracting, and construction management. The allocation of the work via the direct award procedure, and to maintain a position on the framework, shall be subject to a performance management regime using Key Performance Indicators, and a 'Cab Rank' (a revolving method of fairly allocating works)",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-03-15T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-84582",
            "name": "UK Parliament",
            "identifier": {
                "legalName": "UK Parliament",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Westminster",
                "locality": "LONDON",
                "region": "UKI32",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Josh Jackson",
                "email": "jacksonj@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",
                        "description": "Public Service - Construction Work"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-84582",
        "name": "UK Parliament"
    },
    "language": "en"
}