Notice Information
Notice Title
FWK1150 Parliamentary Construction Partnership Framework
Notice Description
Contract Award Notice<br/><br/>Title: Parliamentary Construction Partnership (CPF) Framework<br/><br/>Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)<br/><br/>Description of the Procurement:<br/>The Authority have awarded a new Parliamentary Construction Partnership (CPF) Framework Agreement. This Framework has been established to support the continued delivery of capital investment and capital maintenance projects across the Parliamentary Estate, in support of the Medium-Term Investment Plan (MTIP).<br/>The Parliamentary Estate comprises over 250,000m2 of floor space, with approximately 70% of the buildings designated as 'Listed', including the Palace of Westminster and Norman Shaw North, both of which are Grade I Listed and of exceptional heritage value. The Palace of Westminster is also recognised as a UNESCO World Heritage Site.<br/>In their role as custodians of this nationally significant heritage estate, the Corporate Officers are discharging their duties of care to preserve and maintain the infrastructure, including mechanical, electrical, public health, fire and safety systems, building fabric, stonework, and roofing, to ensure a safe and secure environment for all users of the Estate.<br/>The new CPF Framework supersedes the previous Mechanical, Electrical, Public Health and Fabric Safety (MEPFS) Framework and has been informed by operational experience, stakeholder engagement, and lessons learned. It is designed to meet the increasing demand for construction and specialist services and to enable the Strategic Estates team to deliver its growing portfolio of work.<br/><br/>Framework Scope and Named Users:<br/>The Framework will primarily support the delivery of projects led by the Strategic Estates team - the bicameral department responsible for the ongoing care, development, and infrastructure of the Parliamentary Estate. This includes project delivery, construction safety, design services, and heritage asset management.<br/>In addition, the Restoration and Renewal Delivery Authority Ltd is a named user of the Framework. While the Restoration & Renewal Programme is a separate but co-ordinated programme of work, the Delivery Authority may draw on the CPF Framework to support its future activities. It is also noted that certain call-off contracts may be subject to novation to the Delivery Authority, where appropriate.<br/><br/>Contract Award Justification:<br/>This procurement was conducted in accordance with the Public Contracts Regulations 2015. The establishment of the CPF Framework is a strategic enabler in maintaining capability and capacity for the Parliamentary Estate's critical infrastructure projects, extending into the early 2030s.<br/><br/>Further Information:<br/>Further details regarding the Restoration & Renewal Programme and its governance (including the R&R Client Board and Programme Board) are available via the UK Parliament website.<br/><br/>Framework award date: 15 October 2025<br/><br/>Joint Procurement: Yes - Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly).
Lot Information
Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m
FWK1150 Parliamentary Construction Partnership Framework - Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m with no upper limit defined.
Lot 2 - Medium Value Construction Works, consisting predominantly of MechanicalFWK1150 Parliamentary Construction Partnership Framework - Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but typically under PS50m.
Lot 3 - Medium Value Construction Works, consisting predominantly of ArchitecturFWK1150 Parliamentary Construction Partnership Framework - Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m.
Lot 4 - Low / Minor Value Construction Works (typically Building, Fit-Out, and MFWK1150 Parliamentary Construction Partnership Framework - Lot 4 - Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to PS5m.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046edc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067631-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £1,500,000,000 £1B-£10B
- Lots Value
- £1,500,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £1,100,000,000 £1B-£10B
Notice Dates
- Publication Date
- 22 Oct 20254 months ago
- Submission Deadline
- 27 Sep 2024Expired
- Future Notice Date
- 9 Jun 2024Expired
- Award Date
- 14 Oct 20254 months ago
- Contract Period
- 31 Mar 2025 - 2 Aug 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORPORATE OFFICER OF THE HOUSE OF COMMONS
- Additional Buyers
CORPORATE OFFICERS OF THE HOUSE OF LORDS AND HOUSE OF COMMONS
THE CORPORATE OFFICER OF THE HOUSE OF COMMONS AND THE CORPORATE OFFICER OF THE HOUSE OF LORDS (ACTING JOINTLY)
- Contact Name
- Nick Barrett, Parliamentary Commercial Directorate (PCD), https://atamis-ukparliament.my.site.com/s/Welcome
- Contact Email
- pcd@parliament.uk
- Contact Phone
- +44 2072191600
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, TLI32 Westminster
-
- 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-046edc-2025-10-22T17:35:39+01:00",
"date": "2025-10-22T17:35:39+01:00",
"ocid": "ocds-h6vhtk-046edc",
"description": "The Authority has established a multi-lot Framework Agreement to appoint contractors with the capability and capacity to lead, coordinate, and manage the delivery of works projects across the Parliamentary Estate.<br/><br/>Core works are being delivered in-house, with specialist works delivered in conjunction with contractors' established supply chains, as part of the Framework to undertake works across the Estate. The Framework is structured as follows:<br/><br/>Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m with no upper limit defined.<br/><br/>Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but typically under PS50m.<br/><br/>Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m.<br/><br/>Lot 4 - Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to PS5m.<br/><br/>An Invitation to Tender (ITT) was issued during the procurement process, providing full details of the Framework requirements. Following appointment to the relevant Lot(s), call-off contracts are awarded through mini-competition or direct award, as appropriate, using the NEC4 suite of contracts and applying both traditional and design and build procurement methods.<br/><br/>Works are awarded based on value for money considerations. The allocation of work via direct awards, and continued participation in the Framework, is subject to a performance management regime, which includes monitoring against defined Key Performance Indicators (KPIs).<br/><br/>Award Criteria<br/>The evaluation process for this framework followed three stages as set out in the ITT:<br/><br/>Compliance Check<br/>Tenders were first reviewed for compliance with the ITT requirements. Non-compliant bids were excluded, with reasons provided in writing.<br/><br/>Selection Questionnaire<br/>Compliant tenders were assessed on a Pass/Fail basis. Only those achieving a Pass progressed to full evaluation.<br/><br/>Quality and Commercial Evaluation <br/>Quality (80%), covering:<br/>Health & Safety (14%)<br/>Delivery Approach (23%)<br/>Risk & Information Management (10%)<br/>Sustainability & Social Value (13%)<br/>Lot-Specific Technical Question (20%)<br/>Commercial (20%), (Pricing).<br/><br/>Only tenders passing both the Selection Questionnaire and Quality stages were evaluated commercially.",
"initiationType": "tender",
"tender": {
"id": "FWK1150",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "FWK1150 Parliamentary Construction Partnership Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Contract Award Notice<br/><br/>Title: Parliamentary Construction Partnership (CPF) Framework<br/><br/>Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)<br/><br/>Description of the Procurement:<br/>The Authority have awarded a new Parliamentary Construction Partnership (CPF) Framework Agreement. This Framework has been established to support the continued delivery of capital investment and capital maintenance projects across the Parliamentary Estate, in support of the Medium-Term Investment Plan (MTIP).<br/>The Parliamentary Estate comprises over 250,000m2 of floor space, with approximately 70% of the buildings designated as 'Listed', including the Palace of Westminster and Norman Shaw North, both of which are Grade I Listed and of exceptional heritage value. The Palace of Westminster is also recognised as a UNESCO World Heritage Site.<br/>In their role as custodians of this nationally significant heritage estate, the Corporate Officers are discharging their duties of care to preserve and maintain the infrastructure, including mechanical, electrical, public health, fire and safety systems, building fabric, stonework, and roofing, to ensure a safe and secure environment for all users of the Estate.<br/>The new CPF Framework supersedes the previous Mechanical, Electrical, Public Health and Fabric Safety (MEPFS) Framework and has been informed by operational experience, stakeholder engagement, and lessons learned. It is designed to meet the increasing demand for construction and specialist services and to enable the Strategic Estates team to deliver its growing portfolio of work.<br/><br/>Framework Scope and Named Users:<br/>The Framework will primarily support the delivery of projects led by the Strategic Estates team - the bicameral department responsible for the ongoing care, development, and infrastructure of the Parliamentary Estate. This includes project delivery, construction safety, design services, and heritage asset management.<br/>In addition, the Restoration and Renewal Delivery Authority Ltd is a named user of the Framework. While the Restoration & Renewal Programme is a separate but co-ordinated programme of work, the Delivery Authority may draw on the CPF Framework to support its future activities. It is also noted that certain call-off contracts may be subject to novation to the Delivery Authority, where appropriate.<br/><br/>Contract Award Justification:<br/>This procurement was conducted in accordance with the Public Contracts Regulations 2015. The establishment of the CPF Framework is a strategic enabler in maintaining capability and capacity for the Parliamentary Estate's critical infrastructure projects, extending into the early 2030s.<br/><br/>Further Information:<br/>Further details regarding the Restoration & Renewal Programme and its governance (including the R&R Client Board and Programme Board) are available via the UK Parliament website.<br/><br/>Framework award date: 15 October 2025<br/><br/>Joint Procurement: Yes - Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly).",
"value": {
"amount": 1500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "FWK1150 Parliamentary Construction Partnership Framework - Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m with no upper limit defined.",
"status": "cancelled",
"value": {
"amount": 1500000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2032-08-02T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"awardCriteria": {
"criteria": [
{
"name": "Sustainability & Social Value",
"type": "quality",
"description": "13%"
},
{
"name": "Management of Health & Safety",
"type": "quality",
"description": "14%"
},
{
"name": "Lot Specific Technical Question",
"type": "quality",
"description": "20%"
},
{
"name": "Risk Management and Information",
"type": "quality",
"description": "10%"
},
{
"name": "Delivery Approach",
"type": "quality",
"description": "23%"
},
{
"type": "price",
"description": "20%"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical",
"description": "FWK1150 Parliamentary Construction Partnership Framework - Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but typically under PS50m.",
"awardCriteria": {
"criteria": [
{
"name": "Risk Management and Information",
"type": "quality",
"description": "10%"
},
{
"name": "Management of Health & Safety",
"type": "quality",
"description": "14%"
},
{
"name": "Lot Specific Technical Question",
"type": "quality",
"description": "20%"
},
{
"name": "Sustainability & Social Value",
"type": "quality",
"description": "13%"
},
{
"name": "Delivery Approach",
"type": "quality",
"description": "23%"
},
{
"type": "price",
"description": "20%"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectur",
"description": "FWK1150 Parliamentary Construction Partnership Framework - Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m.",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Approach",
"type": "quality",
"description": "23%"
},
{
"name": "Risk Management and Information",
"type": "quality",
"description": "10%"
},
{
"name": "Lot Specific Technical Question",
"type": "quality",
"description": "20%"
},
{
"name": "Management of Health & Safety",
"type": "quality",
"description": "14%"
},
{
"name": "Sustainability & Social Value",
"type": "quality",
"description": "13%"
},
{
"type": "price",
"description": "20%"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Lot 4 - Low / Minor Value Construction Works (typically Building, Fit-Out, and M",
"description": "FWK1150 Parliamentary Construction Partnership Framework - Lot 4 - Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to PS5m.",
"awardCriteria": {
"criteria": [
{
"name": "Management of Health & Safety",
"type": "quality",
"description": "14%"
},
{
"name": "Sustainability & Social Value",
"type": "quality",
"description": "13%"
},
{
"name": "Lot Specific Technical Question",
"type": "quality",
"description": "20%"
},
{
"name": "Risk Management and Information",
"type": "quality",
"description": "10%"
},
{
"name": "Delivery Approach",
"type": "quality",
"description": "23%"
},
{
"type": "price",
"description": "20%"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI32"
},
{
"region": "UKI32"
},
{
"region": "UKI"
}
],
"deliveryLocation": {
"description": "London, Westminster"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2024-06-10T00:00:00+01:00",
"atypicalToolUrl": "https://atamis-ukparliament.my.site.com/s/Welcome"
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://atamis-ukparliament.my.site.com/s/Welcome",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 16,
"periodRationale": "Refer to the Authority's Commercial Strategy."
}
},
"tenderPeriod": {
"endDate": "2024-09-27T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2024-10-11T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-10-11T12:00:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"description": "The Framework Agreement IS suitable for SMEs."
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-04-01"
},
"newValue": {
"date": "2025-05-28"
},
"where": {
"section": "II.2.7"
}
},
{
"oldValue": {
"date": "2032-08-02"
},
"newValue": {
"date": "2032-05-27"
},
"where": {
"section": "II.2.7.4"
}
},
{
"oldValue": {
"date": "2024-09-27"
},
"newValue": {
"date": "2024-12-09"
},
"where": {
"section": "IV.2.2.1"
}
},
{
"oldValue": {
"date": "2024-10-11"
},
"newValue": {
"date": "2024-12-09"
},
"where": {
"section": "IV.2.7.1"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-110520",
"name": "Corporate Officers of the House of Lords and House of Commons",
"identifier": {
"legalName": "Corporate Officers of the House of Lords and House of Commons",
"id": "210715608"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Parliamentary Commercial Directorate (PCD)",
"email": "pcd@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"buyerProfile": "https://www.parliament.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-120255",
"name": "The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)",
"identifier": {
"legalName": "The Corporate Officer of the House of Commons and The Corporate Officer of the House of Lords (acting jointly)",
"id": "210715608"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "https://atamis-ukparliament.my.site.com/s/Welcome",
"telephone": "+44 2072191600",
"email": "PCD@parliament.uk",
"url": "https://atamis-ukparliament.my.site.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"buyerProfile": "https://www.parliament.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1579",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://judiciary.uk/highcourt"
}
},
{
"id": "GB-FTS-112543",
"name": "Corporate Officer of the House of Commons",
"identifier": {
"legalName": "Corporate Officer of the House of Commons",
"id": "210715608"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Nick Barrett",
"telephone": "+44 2072191600",
"email": "pcd@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"buyerProfile": "https://www.parliament.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-164589",
"name": "KIER CONSTRUCTION LIMITED",
"identifier": {
"legalName": "KIER CONSTRUCTION LIMITED"
},
"address": {
"streetAddress": "2nd Floor, Optimum House, Clippers Quay",
"locality": "Salford",
"region": "UKD3",
"postalCode": "M50 3XP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-164590",
"name": "BOVIS CONSTRUCTION (EUROPE) LIMITED",
"identifier": {
"legalName": "BOVIS CONSTRUCTION (EUROPE) LIMITED",
"id": "00467006"
},
"address": {
"streetAddress": "30 Crown Place",
"locality": "London",
"region": "UKI",
"postalCode": "EC2A 4ES",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.lendlease.com",
"scale": "large"
}
},
{
"id": "GB-FTS-164591",
"name": "WATES CONSTRUCTION LIMITED",
"identifier": {
"legalName": "WATES CONSTRUCTION LIMITED"
},
"address": {
"streetAddress": "Wates House, Station Approach",
"locality": "Leatherhead",
"region": "UKJ2",
"postalCode": "KT22 7SW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-164592",
"name": "DALKIA FACILITIES LIMITED",
"identifier": {
"legalName": "DALKIA FACILITIES LIMITED"
},
"address": {
"streetAddress": "1 Angel Court",
"locality": "London",
"region": "UKI",
"postalCode": "EC2R 7HJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-164593",
"name": "East West Connect Limited",
"identifier": {
"legalName": "East West Connect Limited"
},
"address": {
"locality": "Chelsmford",
"region": "UKH3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164594",
"name": "Emico Ltd",
"identifier": {
"legalName": "Emico Ltd"
},
"address": {
"locality": "Hemel Hempstead",
"region": "UKH2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164595",
"name": "MITIE TECHNICAL FACILITIES MANAGEMENT Limited",
"identifier": {
"legalName": "MITIE TECHNICAL FACILITIES MANAGEMENT Limited"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-164596",
"name": "Thomas Sinden Ltd",
"identifier": {
"legalName": "Thomas Sinden Ltd",
"id": "03308698"
},
"address": {
"locality": "Romford",
"region": "UKI",
"postalCode": "RM3 0SH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.thomas-sinden.co.uk",
"scale": "sme"
}
},
{
"id": "GB-FTS-164597",
"name": "Walter Lilly and Co Ltd",
"identifier": {
"legalName": "Walter Lilly and Co Ltd"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-164598",
"name": "DBR (London) Limited",
"identifier": {
"legalName": "DBR (London) Limited",
"id": "02519958"
},
"address": {
"locality": "London",
"region": "UKI",
"postalCode": "SW1H 0HW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-91744",
"name": "Thomas Sinden Ltd",
"identifier": {
"legalName": "Thomas Sinden Ltd"
},
"address": {
"locality": "Romford",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-38536",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://judiciary.uk/highcourt"
}
}
],
"buyer": {
"id": "GB-FTS-112543",
"name": "Corporate Officer of the House of Commons"
},
"language": "en",
"awards": [
{
"id": "067631-2025-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164589",
"name": "KIER CONSTRUCTION LIMITED"
}
]
},
{
"id": "067631-2025-2",
"relatedLots": [
"1"
],
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164590",
"name": "BOVIS CONSTRUCTION (EUROPE) LIMITED"
}
]
},
{
"id": "067631-2025-3",
"relatedLots": [
"1"
],
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164591",
"name": "WATES CONSTRUCTION LIMITED"
}
]
},
{
"id": "067631-2025-4",
"relatedLots": [
"2"
],
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164592",
"name": "DALKIA FACILITIES LIMITED"
}
]
},
{
"id": "067631-2025-5",
"relatedLots": [
"2"
],
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164593",
"name": "East West Connect Limited"
}
]
},
{
"id": "067631-2025-6",
"relatedLots": [
"2"
],
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164594",
"name": "Emico Ltd"
}
]
},
{
"id": "067631-2025-7",
"relatedLots": [
"2"
],
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164595",
"name": "MITIE TECHNICAL FACILITIES MANAGEMENT Limited"
}
]
},
{
"id": "067631-2025-8",
"relatedLots": [
"3"
],
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164589",
"name": "KIER CONSTRUCTION LIMITED"
}
]
},
{
"id": "067631-2025-9",
"relatedLots": [
"3"
],
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164596",
"name": "Thomas Sinden Ltd"
}
]
},
{
"id": "067631-2025-10",
"relatedLots": [
"3"
],
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164597",
"name": "Walter Lilly and Co Ltd"
}
]
},
{
"id": "067631-2025-11",
"relatedLots": [
"3"
],
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164591",
"name": "WATES CONSTRUCTION LIMITED"
}
]
},
{
"id": "067631-2025-12",
"relatedLots": [
"4"
],
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164598",
"name": "DBR (London) Limited"
}
]
},
{
"id": "067631-2025-13",
"relatedLots": [
"4"
],
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164594",
"name": "Emico Ltd"
}
]
},
{
"id": "067631-2025-14",
"relatedLots": [
"4"
],
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164595",
"name": "MITIE TECHNICAL FACILITIES MANAGEMENT Limited"
}
]
},
{
"id": "067631-2025-15",
"relatedLots": [
"4"
],
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-91744",
"name": "Thomas Sinden Ltd"
}
]
},
{
"id": "067631-2025-16",
"relatedLots": [
"4"
],
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164597",
"name": "Walter Lilly and Co Ltd"
}
]
}
],
"contracts": [
{
"id": "067631-2025-1",
"awardID": "067631-2025-1",
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-2",
"awardID": "067631-2025-2",
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-3",
"awardID": "067631-2025-3",
"title": "Lot 1 - High Value Construction Works of Mixed Discipline, typically over PS50m",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-4",
"awardID": "067631-2025-4",
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-5",
"awardID": "067631-2025-5",
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-6",
"awardID": "067631-2025-6",
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-7",
"awardID": "067631-2025-7",
"title": "Lot 2 - Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over PS5m, but under PS50m.",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-8",
"awardID": "067631-2025-8",
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-9",
"awardID": "067631-2025-9",
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-10",
"awardID": "067631-2025-10",
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-11",
"awardID": "067631-2025-11",
"title": "Lot 3 - Medium Value Construction Works, consisting predominantly of Architectural, Structural, Civils, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to PS50m",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-12",
"awardID": "067631-2025-12",
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-13",
"awardID": "067631-2025-13",
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-14",
"awardID": "067631-2025-14",
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-15",
"awardID": "067631-2025-15",
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
},
{
"id": "067631-2025-16",
"awardID": "067631-2025-16",
"title": "Lot 4 - Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to PS5m",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2025-10-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "7",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "9",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "11",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "13",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "15",
"measure": "bids",
"relatedLot": "3",
"value": 13
},
{
"id": "17",
"measure": "bids",
"relatedLot": "3",
"value": 13
},
{
"id": "19",
"measure": "bids",
"relatedLot": "3",
"value": 13
},
{
"id": "21",
"measure": "bids",
"relatedLot": "3",
"value": 13
},
{
"id": "23",
"measure": "bids",
"relatedLot": "4",
"value": 23
},
{
"id": "25",
"measure": "bids",
"relatedLot": "4",
"value": 23
},
{
"id": "27",
"measure": "bids",
"relatedLot": "4",
"value": 23
},
{
"id": "29",
"measure": "bids",
"relatedLot": "4",
"value": 23
},
{
"id": "31",
"measure": "bids",
"relatedLot": "4",
"value": 23
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "2",
"value": 9
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 9
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "2",
"value": 9
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "2",
"value": 9
},
{
"id": "16",
"measure": "electronicBids",
"relatedLot": "3",
"value": 13
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "3",
"value": 13
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "3",
"value": 13
},
{
"id": "22",
"measure": "electronicBids",
"relatedLot": "3",
"value": 13
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "4",
"value": 23
},
{
"id": "26",
"measure": "electronicBids",
"relatedLot": "4",
"value": 23
},
{
"id": "28",
"measure": "electronicBids",
"relatedLot": "4",
"value": 23
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "4",
"value": 23
},
{
"id": "32",
"measure": "electronicBids",
"relatedLot": "4",
"value": 23
}
]
}
}