Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/030247-2026
1st April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/030222-2026
1st April 2026 - Tender notice on Find a Tender -
https://atamis-ukparliament.my.site.com/s/Welcome
Detailed instructions as to how to submit a request to participate. Contains selection criteria and selection process together with award criteria and award process.
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-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"
}