Notice Information
Notice Title
STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract
Notice Description
Provision of Hard FM maintenance services, including building fabric, for the Parliamentary Estate
Lot Information
Lot 1
Options: Optional Services - There will be two price lists for submission in Stage 2, one is for the Core Services (which will be part of the commercial / price evaluation) and one which is Core Services plus Optional Services (which will not form part of the commercial / price evaluation. The Optional Services are detailed within the Scope and Service Matrix. The Optional Services price list may be used by the Authority to undertake a value for money exercise as to whether to self deliver these services, or bring these into this contract through the compensation event mechanism contained within the contract terms. Also see Description of Risks section of this Tender Notice for potential permitted contract modifications under Schedule 8 of PA2023. These are also detailed in the Contract terms and ITT Instruction document.
Renewal: Optional 1 + 1 year extension to be taken separately or together.
Planning Information
The Contracting Authority is seeking responses to this preliminary market engagement from suitable organisations capable of carrying out the requirements to provide Hard Facilities Management Maintenance services, Mechanical, Electrical, Plumbing, Building Fabric, Project Works for the Parliamentary Estate. Interested potential providers can register through the Authority's electronic tendering portal (Atamis) https://atamis-ukparliament.my.site.com/s/Welcome by 12 noon on 5th June 2025 to attend an Industry Day / Market Engagement meeting via Microsoft Teams on Tuesday 10th June 2025 at 13.30 hrs. More details will be provided to organisations that register. The Industry Day will be mainly where the project team will present a high level preview of the requirements and the future tender opportunity. Potential providers will have the opportunity to ask questions and also to give feedback on the Authority's approach via a feedback form after the event. Potential providers shall be allowed to have two persons maximum only to attend from each organisation. The Authority will require the details of the two persons to be submitted in advance via the form which can be downloaded from the Atamis portal after registering for this project. This form should be completed and sent back as soon as possible (before the deadline of 5th June 2025 at 12 noon) via the messaging facility in the project on Atamis. This is to ensure persons are booked on and can be sent invites with a link to the meeting. In the first instance, potential providers should create an Atamis account (via the link above) and once registered, express an interest in this Industry Day by searching for contract opportunity "STC1180 - Future Hard FM Maintenance Services - Industry Day EoI". Having accessed the opportunity, potential providers can then view the form in the "Shared Documents" folder which can then be completed and sent back via the portal. All communication between the Authority and potential providers shall only be undertaken via the messaging centre of the Atamis e-tendering portal for this project. Alternative written means of communication shall not be accepted, unless there are technical issues in accessing Atamis.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0522d2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062653-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
31 - Electrical machinery, apparatus, equipment and consumables; lighting
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
24000000 - Chemical products
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
39100000 - Furniture
44100000 - Construction materials and associated items
44212310 - Scaffolding
45000000 - Construction work
45259000 - Repair and maintenance of plant
45259100 - Wastewater-plant repair and maintenance work
45259200 - Purification-plant repair and maintenance work
45260000 - Roof works and other special trade construction works
45261300 - Flashing and guttering work
45261900 - Roof repair and maintenance work
45261910 - Roof repair
45261920 - Roof maintenance work
45262100 - Scaffolding work
45262110 - Scaffolding dismantling work
45262120 - Scaffolding erection work
45262500 - Masonry and bricklaying work
45262600 - Miscellaneous special-trade construction work
45300000 - Building installation work
45317000 - Other electrical installation work
45330000 - Plumbing and sanitary works
45340000 - Fencing, railing and safety equipment installation work
45420000 - Joinery and carpentry installation work
45430000 - Floor and wall covering work
45440000 - Painting and glazing work
45450000 - Other building completion work
45500000 - Hire of construction and civil engineering machinery and equipment with operator
50000000 - Repair and maintenance services
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232100 - Street-lighting maintenance services
50324200 - Preventive maintenance services
50413000 - Repair and maintenance services of checking apparatus
50511000 - Repair and maintenance services of pumps
50530000 - Repair and maintenance services of machinery
50531000 - Repair and maintenance services for non-electrical machinery
50531100 - Repair and maintenance services of boilers
50700000 - Repair and maintenance services of building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
50740000 - Repair and maintenance services of escalators
50750000 - Lift-maintenance services
50800000 - Miscellaneous repair and maintenance services
50883000 - Repair and maintenance services of catering equipment
51100000 - Installation services of electrical and mechanical equipment
51510000 - Installation services of general-purpose machinery and equipment
71000000 - Architectural, construction, engineering and inspection services
71630000 - Technical inspection and testing services
71632000 - Technical testing services
71900000 - Laboratory services
72253000 - Helpdesk and support services
79931000 - Interior decorating services
79993000 - Building and facilities management services
90000000 - Sewage, refuse, cleaning and environmental services
Notice Value(s)
- Tender Value
- £177,000,000 £100M-£1B
- Lots Value
- £177,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Oct 20256 months ago
- Submission Deadline
- 14 Oct 2025Expired
- Future Notice Date
- 6 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Nov 2026 - 30 Apr 2033 Over 5 years
- Recurrence
- 2032-02-02
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORPORATE OFFICER OF THE HOUSE OF COMMONS
- Additional Buyers
- 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
- 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/062653-2025
6th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/044188-2025
30th July 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028360-2025
29th May 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/026419-2025
23rd May 2025 - Pipeline notice on Find a Tender
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-0522d2-2025-10-06T17:55:49+01:00",
"date": "2025-10-06T17:55:49+01:00",
"ocid": "ocds-h6vhtk-0522d2",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "026419-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/026419-2025",
"datePublished": "2025-05-23T14:02:19+01:00",
"format": "text/html"
},
{
"id": "028360-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028360-2025",
"datePublished": "2025-05-29T10:34:37+01:00",
"format": "text/html"
},
{
"id": "044188-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044188-2025",
"datePublished": "2025-07-30T11:44:52+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Contracting Authority is seeking responses to this preliminary market engagement from suitable organisations capable of carrying out the requirements to provide Hard Facilities Management Maintenance services, Mechanical, Electrical, Plumbing, Building Fabric, Project Works for the Parliamentary Estate. Interested potential providers can register through the Authority's electronic tendering portal (Atamis) https://atamis-ukparliament.my.site.com/s/Welcome by 12 noon on 5th June 2025 to attend an Industry Day / Market Engagement meeting via Microsoft Teams on Tuesday 10th June 2025 at 13.30 hrs. More details will be provided to organisations that register. The Industry Day will be mainly where the project team will present a high level preview of the requirements and the future tender opportunity. Potential providers will have the opportunity to ask questions and also to give feedback on the Authority's approach via a feedback form after the event. Potential providers shall be allowed to have two persons maximum only to attend from each organisation. The Authority will require the details of the two persons to be submitted in advance via the form which can be downloaded from the Atamis portal after registering for this project. This form should be completed and sent back as soon as possible (before the deadline of 5th June 2025 at 12 noon) via the messaging facility in the project on Atamis. This is to ensure persons are booked on and can be sent invites with a link to the meeting. In the first instance, potential providers should create an Atamis account (via the link above) and once registered, express an interest in this Industry Day by searching for contract opportunity \"STC1180 - Future Hard FM Maintenance Services - Industry Day EoI\". Having accessed the opportunity, potential providers can then view the form in the \"Shared Documents\" folder which can then be completed and sent back via the portal. All communication between the Authority and potential providers shall only be undertaken via the messaging centre of the Atamis e-tendering portal for this project. Alternative written means of communication shall not be accepted, unless there are technical issues in accessing Atamis.",
"dueDate": "2025-06-05T23:59:59+01:00",
"status": "scheduled"
}
]
},
"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": {
"name": "David Martin",
"email": "pcd@parliament.uk",
"telephone": "0202191600"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"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": {
"name": "David Martin",
"email": "pcd@parliament.uk",
"telephone": "0202191600"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.parliament.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PQCD-6982-LPZW",
"name": "Corporate Officer of the House of Commons"
},
"tender": {
"id": "STC1180",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract",
"description": "Provision of Hard FM maintenance services, including building fabric, for the Parliamentary Estate",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "50531000",
"description": "Repair and maintenance services for non-electrical machinery"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51510000",
"description": "Installation services of general-purpose machinery and equipment"
},
{
"scheme": "CPV",
"id": "72253000",
"description": "Helpdesk and support services"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
},
{
"scheme": "CPV",
"id": "45262600",
"description": "Miscellaneous special-trade construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45330000",
"description": "Plumbing and sanitary works"
},
{
"scheme": "CPV",
"id": "45317000",
"description": "Other electrical installation work"
},
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45430000",
"description": "Floor and wall covering work"
},
{
"scheme": "CPV",
"id": "45440000",
"description": "Painting and glazing work"
},
{
"scheme": "CPV",
"id": "45450000",
"description": "Other building completion work"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50800000",
"description": "Miscellaneous repair and maintenance services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79931000",
"description": "Interior decorating services"
},
{
"scheme": "CPV",
"id": "50413000",
"description": "Repair and maintenance services of checking apparatus"
},
{
"scheme": "CPV",
"id": "45261300",
"description": "Flashing and guttering work"
},
{
"scheme": "CPV",
"id": "50750000",
"description": "Lift-maintenance services"
},
{
"scheme": "CPV",
"id": "50324200",
"description": "Preventive maintenance services"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "45261920",
"description": "Roof maintenance work"
},
{
"scheme": "CPV",
"id": "45261900",
"description": "Roof repair and maintenance work"
},
{
"scheme": "CPV",
"id": "50883000",
"description": "Repair and maintenance services of catering equipment"
},
{
"scheme": "CPV",
"id": "50740000",
"description": "Repair and maintenance services of escalators"
},
{
"scheme": "CPV",
"id": "45259200",
"description": "Purification-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45259100",
"description": "Wastewater-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45259000",
"description": "Repair and maintenance of plant"
},
{
"scheme": "CPV",
"id": "50531100",
"description": "Repair and maintenance services of boilers"
},
{
"scheme": "CPV",
"id": "50511000",
"description": "Repair and maintenance services of pumps"
},
{
"scheme": "CPV",
"id": "45261910",
"description": "Roof repair"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "24000000",
"description": "Chemical products"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "45500000",
"description": "Hire of construction and civil engineering machinery and equipment with operator"
},
{
"scheme": "CPV",
"id": "44100000",
"description": "Construction materials and associated items"
},
{
"scheme": "CPV",
"id": "44212310",
"description": "Scaffolding"
},
{
"scheme": "CPV",
"id": "45262100",
"description": "Scaffolding work"
},
{
"scheme": "CPV",
"id": "45262110",
"description": "Scaffolding dismantling work"
},
{
"scheme": "CPV",
"id": "45262120",
"description": "Scaffolding erection work"
},
{
"scheme": "CPV",
"id": "39100000",
"description": "Furniture"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-11-01T00:00:00Z",
"endDate": "2033-04-30T23:59:59+01:00",
"maxExtentDate": "2035-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 212400000,
"amount": 177000000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As set out in the conditions of participation, Procurement Specific Questionnaire and ITT Instruction documents. Suppliers are required to pass the Legal and Financial Capacity assessments."
},
{
"type": "technical",
"description": "As set out in the conditions of participation, Procurement Specific Questionnaire (PSQ) and the ITT Instruction documents and form part of the Pass/Fail and scored weighted questions within the PSQ."
},
{
"description": "Procurement Specific Questionnaire with mixture of Pass/Fail and Scored Weighted questions will be used to down select to a maximum number 6 bidders to take through to Stage 2 - Tender.",
"forReduction": true
}
]
},
"renewal": {
"description": "Optional 1 + 1 year extension to be taken separately or together."
},
"hasOptions": true,
"options": {
"description": "Optional Services - There will be two price lists for submission in Stage 2, one is for the Core Services (which will be part of the commercial / price evaluation) and one which is Core Services plus Optional Services (which will not form part of the commercial / price evaluation. The Optional Services are detailed within the Scope and Service Matrix. The Optional Services price list may be used by the Authority to undertake a value for money exercise as to whether to self deliver these services, or bring these into this contract through the compensation event mechanism contained within the contract terms. Also see Description of Risks section of this Tender Notice for potential permitted contract modifications under Schedule 8 of PA2023. These are also detailed in the Contract terms and ITT Instruction document."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality (Technical) - 55%",
"description": "Quality (Technical) Award Criteria - 55%",
"numbers": [
{
"number": 55,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price (Commercial) - 35%",
"description": "Price (Commercial) - 35%",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value - 10%",
"description": "Social Value - 10%",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 2,
"maximumCandidates": 6
}
}
],
"communication": {
"futureNoticeDate": "2025-10-06T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 212400000,
"amount": 177000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Staged Competitive Flexible procedure as follows: Preliminary Stage - Non-Disclosure Agreement (NDA) Documents supplied at this stage: - NDA form. This form is to be completed and signed unamended and returned to the Authority via the messaging portal of Atamis under this procurement project. The NDA should be signed (unamended) and submitted before 12 noon on 14th October 2025 to be given access to Stage 1. This submittal date for the NDA should be followed to give suppliers the time to be able to complete and submit their PSQ for Stage 1 within the required timeframe for the Stage 1 submissions. Once the NDA is returned and countersigned by the Authority the supplier will be invited to a second procurement project on Atamis titled: \"Future Hard FM Maintenance Services Contract - Stage 1 - PSQ\". This is the procurement project on Atamis that should be used to submit the Stage 1 submissions. Stage 1 - Conditions of Participation (Including Procurement Specific Questionnaire (PSQ) This stage contains a mixture of Pass / Fail and scored weighted questions. The scored weighted questions will be used as part of the down selection process for suppliers that have Passed the pass/fail questions and are not excluded or excludable in accordance with the PA2023 regulations. The bidders who score the highest (up to a maximum of 6 bidders) will be invited to submit a tender at Stage 2. The Authority reserves the right to take less bidders through than 6 if there is not enough compliant suppliers to take through to Stage 2. Those who are invited to Stage 1 will be able to access the following documents: - Annex 1 - Draft Scope, plus annexes and appendices (except the data pack) - Annex 2 - Draft Contract Terms and Conditions including Security Schedule, NEC4 FM Contract terms as amended by the Authority's Z clauses. - Annex 3 - Draft ITT Instruction document (Stage 1, Stage 2 and Stage 3) including Tender Questions and Price Lists for suppliers who are down selected for Stage 2. - Annex 4 - Other Standard Forms including Form 1, Form 2, Form 3, Form 4, Form 5 which are all for Stage 2 (and 3) submissions. - Annex 5 - Draft Performance Table (KPI's). - Annex 6 - Details of the Industry Day held on 10th June 2025. - Procurement Specific Questionnaire (PSQ) plus all annexe A and B which contain all attachments for PSQ submission. The above documents for stage 1 will give suppliers the information that will be needed to understand the requirements in order to make an assessment as to whether to submit a submission for Stage 1 - conditions of participation or not. Please note that some documentation will only be released at Stage 2 to suppliers invited to Stage 2. Suppliers who are unsuccessful at this stage will be notified at the same time as the suppliers who have successfully been down selected to go through to Stage 2. All will be given their assessments of their PSQ submissions. Stage 1 submission to be submitted by 12 noon on 14th November 2025. Stage 2 - Tender period with dialogue session(s) and submission. The successful suppliers from Stage 1 will be invited via Atamis to submit a tender and to take part in dialogue session(s) with the Authority. Documents supplied to the successful Stage 1 suppliers at this stage will be as Stage 1 but not draft documents and with the additional documentation as follows, which will be the full tender information: - Annex 1 - Draft Scope will now include the the data pack which will include the asset data, the employees liability information (ELI), estate drawings / diagrams and parliamentary standards and policies. Stage 2 tender Award Criteria: 35% (Price/Commercial) / 55% (Quality/Technical) / 10% Social Value - the Authority reserve the right to alter the award criteria by a maximum of plus or minus 10% on the Price and Quality award criteria only, while still adding up to 100% with Social Value, where suitable and if it becomes required during Stage 2 or Stage 3. Stage 3 (if required) for negotiation / clarification purposes - suppliers who submit compliant tenders at Stage 2 may be invited to Stage 3 to take part in a negotiation and / or clarification phase by the Authority to better understand each tender submitted. The Authority reserves the right to use or not use Stage 3 as set out in the tender instruction document. The tender notice is not being used -- (i) to reserve a contract to supported employment providers in accordance with section 32 of the PA 2023, or (ii) to reserve a contract to public service mutuals in accordance with section 33 of the PA 2023. Completion of the PSQ submission and submission of tenders at all stages must be carried out electronically in the Authority's e-tendering portal, Atamis (the \"Portal\"), by the submission closing dates and times for each Stage as detailed in the ITT instruction document supplied at Stage 1."
},
"submissionMethodDetails": "Interested potential providers can register through the Authority's electronic tendering portal (Atamis) https://atamis-ukparliament.my.site.com/s/Welcome In the first instance, potential providers should create an Atamis account (via the link above) and once registered, express an interest in this opportunity by searching for contract opportunity \"STC1180 - Future Hard Facilities Management (FM) Maintenance Services Contract - Request to Participate\". Having accessed the opportunity potential providers can then view the NDA form in the \"Shared Documents\" folder or as part of then Tender Notice, which can then be downloaded, completed and sent back via the portal. All communication between the Authority and potential providers shall only be undertaken via the messaging centre of the Atamis e-tendering portal for this project. Alternative written means of communication shall not be accepted, unless there are technical issues in accessing Atamis (see above regarding technical issues). Preliminary Stage - Non-Disclosure Agreement (NDA) The completion of the NDA which should be completed, signed unamended and returned to the Authority via the messaging section of Atamis for this procurement. Once returned and countersigned by the Authority the supplier will be invited via the Atamis portal to a procurement project which will give access to the Stage 1 documents including the conditions of participation, the PSQ and some of the draft ITT documents that will be enough information for the supplier to understand the requirements in order to make an assessment as to whether to submit a submission to Stage 1 or not. Please note that some documentation will only be released at Stage 2 to suppliers invited to Stage 2 after down selection through Stage 1. This additional information will mainly be the data pack, which contains the asset data, any diagrams or drawings, Parliamentary standards / policies and Employee Liability Information (ELI). The NDA should be submitted before 12 noon on 14th October 2025 to be invited to Stage 1. This submittal date for the NDA should be followed to give suppliers adequate time to complete and submit their PSQ for Stage 1 within the required time for the Stage 1 submissions (by 12 noon 14th November 2025). Stage 1 - conditions of participation (Procurement Specific Questionnaire (PSQ)) This stage required submission includes a mixture of Pass / Fail and scored weighted questions. That should be completed within the Atamis Portal, either as Yes / No questions, text answers or uploaded attachments (technical scored weighted questions). Each question will detail what is required for that question in the portal. The scored weighted questions will be used as part of the down selection process for bidders that have Passed the pass/fail questions and are not excluded or excludable in accordance with the PA2023 regulations. The bidders who score the highest (up to a maximum of 6 bidders) will be invited to submit a tender at Stage 2. The Authority reserves the right to take less bidders through than 6 if there is not enough compliant bidders to take through to Stage 2. PSQ to be submitted by 12 noon on 14th November 2025. Stage 2 - Tender Stage Suppliers will be invited to submit the following as part of their submission all within the Atamis portal which will involve completion in the portal or upload of the tender responses (this will vary from question to question (Quality and Price) so please note what is required for each question / requirement which will be detailed in Atamis. Submissions will include: * Quality and Social Value Responses (Parts 1 and 2 of Annex 3 to the ITT). * Pricing Schedules (Price Lists) (Part 3 of Annex 3 to this ITT). Please note there are two (2) Price Lists to return fully completed. One Price List for the Core Services and one Price List for Core Services plus Optional Services. Only the Core Services Price List will be assessed and scored. - Form of Tender and Certificate of Non-Collusion (Form 1 of Annex 4 to this ITT). - Commercially Sensitive Information Form (Form 2 of Annex 4 to this ITT). - Fully complete and upload Contract Data Part Two, including completion of the Shorter Schedule of Cost Components all information in these should match the Price List for the Core Services. Indicative timings for Stage 2 submission is detailed in the ITT instructions. Stage 3 - negotiation and or clarification stage with Best and Final Offer (BAFO) (if required) If the Authority instigates this phase it will invite compliant suppliers from Stage 2 to attend negotiation and or clarification phases. After attending these suppliers will be invited to submit their revised tracked changed submissions for assessment. Submissions again will be electronically submitted via the Authority's e-procurement system Atamis.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-14T12:00:00Z",
"awardPeriod": {
"endDate": "2026-10-12T23:59:59+01:00"
},
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2032-02-02T23:59:59Z"
}
]
},
"contractTerms": {
"financialTerms": "Payments to be made within 30 days for valid, undisputed invoices, processes for submitting payments for assessment, submitting invoices and dealing with disputed invoices is in accordance with the contract terms and conditions including the Z clauses."
},
"riskDetails": "1) The following possible modifications may be made to the Contract in accordance with para. 1 of Schedule 8 PA 2023 being modifications which have been unambiguously provided for in the Contract: a) The Authority may add in or remove the maintenance of Affected Properties (as defined in the Contract) from the Scope of the Contract (as listed in the Service Matrix (as defined in the Contract) following the disposal, acquisition and renovation of such buildings by the Authority at any point during the contract duration (including the extensions). The following building will be added to the Affected Properties in the Service Matrix during the Contract duration: Norman Shaw North is estimated to be added from 1st January 2028, the Authority may increase or decrease the value of the Contract by up to 20% of the advertised estimated Contract value following any additions or removals. b) The Contract duration may be extended by up to two periods of 1 year at the sole discretion of the Authority on 6 months notice. c) The Authority is entitled to novate or assign any or all its rights and obligations (as applicable) under the Contract to the Delivery Authority (as defined in the Contract) from time to time without the consent of the Supplier provided that any such assignment or novation does not materially increase the burden of the Supplier's obligations under the Contract. d. Following an Asset Validation Exercise (as defined in the Contract) and following an update to the Forward Maintenance Programme (as defined in the Scope), the Authority may increase the value of the Contract as follows: - Reactive Repairs above the Semi-Comprehensive Reactive Repair Threshold (IRL) by up to 20% of the advertised estimated Contract value; and - Small Works by up to 50% of the advertised estimated Contract value e. The Authority may add or remove any or all of the Optional Services (as defined in the Contract) into the Scope of the Contract during the Contract duration (including the extension periods) using the Optional Services Prices (as defined in the Contract). Please see Options and Extensions section of this Tender Notice. f. Refer to clause Z28 of the Contract for the modification review clause concerning the above modifications. 2) The following possible modifications may be made to the Contract in accordance with para. 5 of Schedule 8 PA 2023, being modifications the Authority considers to be known risks which may materialise during the term of the Contract and considers that if they did, the Contract could not be performed to the Authority's satisfaction without the Contract being modified to remedy this: a) Following an Asset Validation Exercise it becomes clear that the asset/s and/or the building fabric is/are in a worse condition than had been anticipated by the Authority when setting the estimated advertised Contract value. Such worse condition being due to the Affected Property or Properties containing the relevant asset/s and/or building fabric being aging heritage sites and/or caused by the impact of being located within a highly polluted area. b) The value of the Contract increases due to the estimated inflationary uplifts in the estimated advertised Contract value being lower than the actual inflationary uplifts payable under the Contract.",
"additionalProcurementCategories": [
"works"
],
"coveredBy": [
"GPA",
"CPTPP"
],
"enquiryPeriod": {
"endDate": "2025-10-14T12:00:00+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Bidders who submit a signed (unamended) Non-Disclosure Agreement will be invited to submit their conditions of participation including the PSQ for Stage 1. This invite will come through as a notification to the bidder from Atamis with an invite."
},
{
"id": "062653-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062653-2025",
"datePublished": "2025-10-06T17:55:49+01:00",
"format": "text/html"
}
]
},
"language": "en"
}