Notice Information
Notice Title
Visitor Information System
Notice Description
This contract is for the provision of a Commercial Off The Shelf (COTS) solution that enables the capture and recording of visitor information onto the Parliamentary estate. This contract will be for a 5-year initial term with up to 2-years extension options, in the format of 1+1.
Lot Information
Lot 1
Options: The Authority may modify the scope and nature of this Contract by either changing, removing, and/or adding additional premises, venues and/or locations. The Authority may modify the scope and nature of this Contract by purchasing Hardware (in respect of printing wearable identifiers and/or Hardware that will be used for the purpose of checking visitors in and out of the Parliamentary Estate) in the event that the Authority (in its complete discretion) makes a decision that Hardware is required to assist the Authority with either visitor and/or security management. The Authority may require the supplier to assist the Authority with any projects and/or works that relate to the integration, configuration and/or customisation of the Deliverables.
Renewal: Up to 2 Years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05213c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/085232-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72210000 - Programming services of packaged software products
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Dec 20252 months ago
- Submission Deadline
- 1 Sep 2025Expired
- Future Notice Date
- 1 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 9 Feb 2026 - 8 Feb 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Cancelled
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORPORATE OFFICER OF THE HOUSE OF COMMONS
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- pcd@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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/085232-2025
22nd December 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/049793-2025
19th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/042876-2025
24th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025904-2025
23rd May 2025 - Pipeline notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05213c-2025-12-22T09:27:10Z",
"date": "2025-12-22T09:27:10Z",
"ocid": "ocds-h6vhtk-05213c",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "025904-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025904-2025",
"datePublished": "2025-05-23T10:50:23+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PQCD-6982-LPZW",
"name": "Corporate Officer of the House of Commons",
"identifier": {
"scheme": "GB-PPON",
"id": "PQCD-6982-LPZW"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"postalCode": "SW1A 0AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "pcd@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PRMR-5585-NTMY",
"name": "Corporate Officer of the House of Lords",
"identifier": {
"scheme": "GB-PPON",
"id": "PRMR-5585-NTMY"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "LONDON",
"postalCode": "SW1A 0AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "pcd@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PQCD-6982-LPZW",
"name": "Corporate Officer of the House of Commons"
},
"tender": {
"id": "PI1301712",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Visitor Information System",
"description": "This contract is for the provision of a Commercial Off The Shelf (COTS) solution that enables the capture and recording of visitor information onto the Parliamentary estate. This contract will be for a 5-year initial term with up to 2-years extension options, in the format of 1+1.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-09T00:00:00Z",
"endDate": "2031-02-08T23:59:59Z",
"maxExtentDate": "2033-02-08T23:59:59Z"
},
"hasRenewal": true,
"status": "cancelled",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Written Tender Responses",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Proposal",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demonstration",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Written Tender Responses",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Proposal",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demonstration",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Details of the legal and financial capacity requirements are included within the Authority's Procurement Specific Questionnaire (PSQ)."
},
{
"type": "technical",
"description": "Details of the technical ability conditions are included within the Authority's Procurement Specific Questionnaire (PSQ)."
},
{
"type": "economic",
"description": "Details of the legal and financial capacity requirements are included within the Authority's Procurement Specific Questionnaire (PSQ)."
},
{
"type": "technical",
"description": "Details of the technical ability conditions are included within the Authority's Procurement Specific Questionnaire (PSQ)."
}
]
},
"renewal": {
"description": "Up to 2 Years"
},
"hasOptions": true,
"options": {
"description": "The Authority may modify the scope and nature of this Contract by either changing, removing, and/or adding additional premises, venues and/or locations. The Authority may modify the scope and nature of this Contract by purchasing Hardware (in respect of printing wearable identifiers and/or Hardware that will be used for the purpose of checking visitors in and out of the Parliamentary Estate) in the event that the Authority (in its complete discretion) makes a decision that Hardware is required to assist the Authority with either visitor and/or security management. The Authority may require the supplier to assist the Authority with any projects and/or works that relate to the integration, configuration and/or customisation of the Deliverables."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-01T23:59:59+01:00"
},
"status": "cancelled",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Corporate Officer of the House of Commons and the Corporate Officer of the House of Lords (acting jointly) invite interested suppliers to submit a request to participate in the tender for a Commercial Off The Shelf (COTS) solution that enables the capture and recording of visitor information onto the Parliamentary estate, termed a Visitor Information System (VIS) internally. This procurement is being conducted in accordance with s.20 Procurement Act 2023 (\"PA 2023\") using the Competitive Flexible Procedure. The first stage of the procurement is to conduct a shortlist evaluation against a set of mandatory criteria and previous technical experience. Following this evaluation, the top 3 scoring Bidders will be invited to submit a full written tender response, and participate in a scored product demonstration. Further details of the procurement process can be found in the Authority's Invitation to Tender document. In order to assist Bidders in navigating through the tender documentation and understanding the project context, the Authority is holding a virtual supplier event on Thursday 7th August. To register your interest in this event, please navigate to the Authority's eSourcing Portal, and send a message via the Portal with the names and contact details of your attendees. A set of tender documents have been provided to support Bidder's PSQ responses, including the Authority's Conditions of Participation. These can be found in the Authority's eSourcing portal using this URL: https://atamis-ukparliament.my.site.com/s/Welcome Tender documents shared at the second stage of the process will only be shared subject to a Non-Disclosure agreement being signed by the shortlisted Bidders."
},
"submissionMethodDetails": "https://atamis-ukparliament.my.site.com/s/Welcome Bidders should access the tender documentation via the Authority's eSourcing Portal (above). For any access issues, please contact support@atamis.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-01T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-01T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-12T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "042876-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/042876-2025",
"datePublished": "2025-07-24T15:43:39+01:00",
"format": "text/html"
},
{
"id": "049793-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/049793-2025",
"datePublished": "2025-08-19T12:06:00+01:00",
"format": "text/html"
},
{
"id": "085232-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/085232-2025",
"datePublished": "2025-12-22T09:27:10Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "The cost model is split into 4 parts: 1. Implementation charges (Milestone Payments) 2. Support & Maintenance (Fixed Monthly Service Charge) 3. Licencing (Volume Based Pricing) 4. Rate Card (Time & Materials) Further details on the pricing and associated payment terms can be found in the Authority's tender documentation."
},
"amendments": [
{
"id": "049793-2025",
"description": "Amended to direct prospective Bidders to the tender documentation where the Conditions of Participation can be found."
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "The Contracting Authority has made the decision to terminate this procurement on the grounds of insufficient competition due to the fact that we only had one compliant bid for Stage 2 of this procurement.",
"finalStatusDate": "2025-12-11T00:00:00Z",
"relatedLots": [
"1"
]
}
]
}