Tender

CBIP Heritage and Town Planning Consultancy Services

CORPORATE OFFICER OF THE HOUSE OF COMMONS

This public procurement record has 2 releases in its history.

TenderUpdate

01 Apr 2026 at 10:29

Tender

01 Apr 2026 at 10:06

Summary of the contracting process

The Corporate Officer of the House of Commons is currently managing a tender titled "CBIP Heritage and Town Planning Consultancy Services." This procurement process, classified under architectural, engineering, and planning services, is set in London, specifically in the UKI32 region. The primary aim is to acquire consultancy services to streamline strategy and coordination for the Commons Building Infrastructure Portfolio projects. As of 1st April 2026, the tender is in the active stage, with the expression of interest deadline being 28th April 2026 at midday. This selective procurement, deploying a competitive flexible procedure, will involve two stages: a Pre-Qualification Stage (PQS) and an Invitation to Tender (ITT) Stage, with a maximum of three shortlisted suppliers entering the ITT stage upon completing a Non-Disclosure Agreement.

This tender presents a lucrative opportunity for businesses in the heritage and town planning sectors, especially those capable of handling complex projects involving multiple stakeholders like Westminster County Council and Historic England. SMEs are encouraged to apply, given the suitability criteria outlined for smaller enterprises. The procurement process, with a gross value of £1,344,000, is designed to identify suppliers with robust capacities in historic environment management, stakeholder engagement, and resource provision. Participating businesses can benefit from long-term opportunities, as the contract includes an initial term from August 2026 to August 2029, with potential extension options of up to four additional years, aligning with evolving project needs and fostering business growth through continued engagement with central government projects.

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

Notice Title

CBIP Heritage and Town Planning Consultancy Services

Notice Description

Heritage and Town Planning Consultant to ensure a unified strategy, consistent and high-quality submissions to Westminster County Council (WCC) and Historic England (HE) and reduced coordination risks across the Commons Building Infrastructure Portfolio (CBIP) projects.

Lot Information

Lot 1

Options: 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: The contract can be extended initially by two years and potentially further two years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067a73
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030247-2026
Current Stage
Tender
All Stages
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
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71240000 - Architectural, engineering and planning services

Notice Value(s)

Tender Value
£1,120,000 £1M-£10M
Lots Value
£1,120,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Apr 20263 days ago
Submission Deadline
16 Apr 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
11 Aug 2026 - 11 Aug 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CORPORATE OFFICER OF THE HOUSE OF COMMONS
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
TLI32 Westminster

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

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-067a73-2026-04-01T11:29:47+01:00",
    "date": "2026-04-01T11:29:47+01:00",
    "ocid": "ocds-h6vhtk-067a73",
    "initiationType": "tender",
    "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": "Parliamentary Commercial Department",
                "email": "pcd@parliament.uk",
                "telephone": "02072191600"
            },
            "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": "C2476",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CBIP Heritage and Town Planning Consultancy Services",
        "description": "Heritage and Town Planning Consultant to ensure a unified strategy, consistent and high-quality submissions to Westminster County Council (WCC) and Historic England (HE) and reduced coordination risks across the Commons Building Infrastructure Portfolio (CBIP) projects.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1344000,
            "amount": 1120000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Two stage process comprising PSQ and shortlisting followed by ITT Stage. The PSQ stage requires completion and return of a Selection Questionnaire via the Authority's electronic tendering (Atamis). This includes the provision of details from the Central Digital Platform. Shortlisting to the ITT stage will be by a series of compliance checks followed by evaluation of the supplier responses to the Selection Criteria. The ITT stage will be made available to a maximum of three shortlisted suppliers upon completion of a Non-Disclosure Agreement. The ITT will comprise Contract Data, Scope and Pricing documentation and a set of Award Criteria. Evaluation of quality and price will be made against the suppliers response to the requirements as per the Award Criteria. The Authority reserves the right to refine the award criteria at the ITT stage of this procurement. A Prior Notice was not published because the procurement strategy determined that early market engagement was not necessary for this requirement. The scope, technical specifications, and commercial approach were well-defined internally, and sufficient market intelligence was already available from previous procurements and industry analysis."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "Please complete and return the Procurement Specific Questions as per the Instructions to Submit a Request to Participate via the Atamis e-tendering portal. https://atamis-ukparliament.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-28T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-16T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1344000,
                    "amount": 1120000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Requirements",
                            "description": "Quality response comprising six weighted questions as follows:- Q1 Historic Environment - 15% weighting Q2 Complex Site Brief - 10% weighting Q3 Stakeholder Engagement - 10% weighting Q4 Resource Provision - 15% weighting Q5 Community Benefits - 5% weighting Q6 Environmental Benefits - 5% weighting Q7 Scope Understanding (scenario presentation) - 5% weighting Q8 Resource suitability and availability (scenario presentation) - 5% weighting Total Quality weighting - 70%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Priced activity schedule",
                            "description": "Price is weighted at 30% comprising evaluation of a Total of Tendered Prices for strategic advice services and two example projects.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Requirements",
                            "description": "Quality response comprising six weighted questions as follows:- Q1 Historic Environment - 15% weighting Q2 Complex Site Brief - 10% weighting Q3 Stakeholder Engagement - 10% weighting Q4 Resource Provision - 15% weighting Q5 Community Benefits - 5% weighting Q6 Environmental Benefits - 5% weighting Q7 Scope Understanding (scenario presentation) - 5% weighting Q8 Resource suitability and availability (scenario presentation) - 5% weighting Total Quality weighting - 70%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Priced activity schedule",
                            "description": "Price is weighted at 30% comprising evaluation of a Total of Tendered Prices for strategic advice services and two example projects.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 3
                },
                "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 and ITT Instruction documents. Suppliers are required to pass the Legal and Financial Capacity assessments."
                        },
                        {
                            "description": "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 Questions relating to Conditions of Participation and their respective evaluation weightings are :- Historic environments & estates - 40% weighting Complex site and brief - 20% weighting Stakeholder engagement - 20% weighting Multiple planning/listed building consent applications - 20% weighting",
                            "forReduction": true
                        },
                        {
                            "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 and ITT Instruction documents. Suppliers are required to pass the Legal and Financial Capacity assessments."
                        },
                        {
                            "description": "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 Questions relating to Conditions of Participation and their respective evaluation weightings are :- Historic environments & estates - 40% weighting Complex site and brief - 20% weighting Stakeholder engagement - 20% weighting Multiple planning/listed building consent applications - 20% weighting",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-12T00:00:00+01:00",
                    "endDate": "2029-08-11T23:59:59+01:00",
                    "maxExtentDate": "2033-08-11T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract can be extended initially by two years and potentially further two years."
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "A fully integrated service is required therefore the requirement could not be divided into Lots."
        },
        "documents": [
            {
                "id": "L-4001",
                "documentType": "biddingDocuments",
                "description": "Detailed instructions as to how to submit a request to participate. Contains selection criteria and selection process together with award criteria and award process.",
                "url": "https://atamis-ukparliament.my.site.com/s/Welcome"
            },
            {
                "id": "L-4002",
                "documentType": "biddingDocuments",
                "description": "Provides details of all Procurement Specific Questions including ten attachments for return of which attachment 10 contains four Project Specific Questions for supplier response and evaluator scoring. Provides a link to the Central Digital Platform.",
                "url": "https://atamis-ukparliament.my.site.com/s/Welcome"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "030222-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030222-2026",
                "datePublished": "2026-04-01T11:06:37+01:00",
                "format": "text/html"
            },
            {
                "id": "030247-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030247-2026",
                "datePublished": "2026-04-01T11:29:47+01:00",
                "format": "text/html"
            }
        ],
        "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": "Future risks include unforeseeable events, additional service requirements, changes to Restoration and Renewal project options, decant and temporary chamber requirements evolution, project re-sequencing and scope changes.",
        "amendments": [
            {
                "id": "030247-2026",
                "description": "Correction of title text"
            }
        ]
    },
    "language": "en"
}