FWK1150 Parliamentary Construction Partnership Framework

A Contract Award Notice
by CORPORATE OFFICER OF THE HOUSE OF COMMONS

Source
Find a Tender
Type
Framework (Works)
Duration
not specified
Value
£500M
Sector
CONSTRUCTION
Published
22 Oct 2025
Delivery
not specified
Deadline
n/a

Related Terms

Location

LONDON

Geochart for 2 buyers and 16 suppliers

Description

Contract Award NoticeTitle: Parliamentary Construction Partnership (CPF) FrameworkAuthority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)Description of the Procurement: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).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.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.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.Framework Scope and Named Users: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.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.Contract Award Justification: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.Further Information: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.Framework award date: 15 October 2025Joint Procurement: Yes - Authority Name: The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly).

Lot Division

1 High Value Construction Works of Mixed Discipline, typically over £50m

FWK1150 Parliamentary Construction Partnership Framework - Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m with no upper limit defined.

Award Criteria
Sustainability & Social Value 13.0
Management of Health & Safety 14.0
Lot Specific Technical Question 20.0
Risk Management and Information 10.0
Delivery Approach 23.0
PRICE 20.0
2 Medium Value Construction Works, consisting predominantly of Mechanical

FWK1150 Parliamentary Construction Partnership Framework - Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but typically under £50m.

Award Criteria
Risk Management and Information 10.0
Management of Health & Safety 14.0
Lot Specific Technical Question 20.0
Sustainability & Social Value 13.0
Delivery Approach 23.0
PRICE 20.0
3 Medium Value Construction Works, consisting predominantly of Architectur

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 £50m.

Award Criteria
Delivery Approach 23.0
Risk Management and Information 10.0
Lot Specific Technical Question 20.0
Management of Health & Safety 14.0
Sustainability & Social Value 13.0
PRICE 20.0
4 Low / Minor Value Construction Works (typically Building, Fit-Out, and M

FWK1150 Parliamentary Construction Partnership Framework - Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to £5m.

Award Criteria
Management of Health & Safety 14.0
Sustainability & Social Value 13.0
Lot Specific Technical Question 20.0
Risk Management and Information 10.0
Delivery Approach 23.0
PRICE 20.0

Award Detail

1 Kier Construction (Salford)
  • Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
  • Num offers: 6
  • Value: £500,000,000
2 Bovis Construction Europe (London)
  • Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
  • Num offers: 6
  • Value: £500,000,000
3 Wates Construction (Leatherhead)
  • Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m
  • Num offers: 6
  • Value: £500,000,000
4 Dalkia Facilities (London)
  • Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m
  • Num offers: 9
  • Value: £400,000,000
5 East West Connect (Chelsmford)
  • Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m
  • Num offers: 9
  • Value: £400,000,000
  • Contractor is an SME.
6 Emico (Hemel Hempstead)
  • Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m
  • Num offers: 9
  • Value: £400,000,000
  • Contractor is an SME.
7 MITIE Technical Facilities Management (London)
  • Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but under £50m
  • Num offers: 9
  • Value: £400,000,000
8 Kier Construction (Salford)
  • 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 £50m
  • Num offers: 13
  • Value: £400,000,000
9 Thomas Sinden (Romford)
  • 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 £50m
  • Num offers: 13
  • Value: £400,000,000
  • Contractor is an SME.
10 Walter Lilly (London)
  • 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 £50m
  • Num offers: 13
  • Value: £400,000,000
11 Wates Construction (Leatherhead)
  • 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 £50m
  • Num offers: 13
  • Value: £400,000,000
12 DBR London (London)
  • Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
  • Num offers: 23
  • Value: £200,000,000
  • Contractor is an SME.
13 Emico (Hemel Hempstead)
  • Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
  • Num offers: 23
  • Value: £200,000,000
  • Contractor is an SME.
14 MITIE Technical Facilities Management (London)
  • Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
  • Num offers: 23
  • Value: £200,000,000
15 Thomas Sinden (Romford)
  • Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
  • Num offers: 23
  • Value: £200,000,000
  • Contractor is an SME.
16 Walter Lilly (London)
  • Lot 4 – Low / Minor Value Construction Works (Building, Fit-Out, and M&E) Discipline, typically up to £5m
  • Num offers: 23
  • Value: £200,000,000

CPV Codes

  • 45000000 - Construction work

Indicators

  • Award on basis of price.

Other Information

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.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:Lot 1 – High Value Construction Works of Mixed Discipline, typically over £50m with no upper limit defined.Lot 2 – Medium Value Construction Works, consisting predominantly of Mechanical & Electrical (Public Health & Fire) Discipline, typically over £5m, but typically under £50m.Lot 3 – Medium Value Construction Works, consisting predominantly of Architectural, Structural, Heritage, Roofing, and Conservational Discipline, with no lower limit, and typically up to £50m.Lot 4 – Low / Minor Value Construction Works (typically Building, Fit-Out, and M&E works) Discipline, typically up to £5m.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.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).Award CriteriaThe evaluation process for this framework followed three stages as set out in the ITT:Compliance CheckTenders were first reviewed for compliance with the ITT requirements. Non-compliant bids were excluded, with reasons provided in writing.Selection QuestionnaireCompliant tenders were assessed on a Pass/Fail basis. Only those achieving a Pass progressed to full evaluation.Quality and Commercial Evaluation Quality (80%), covering:Health & Safety (14%)Delivery Approach (23%)Risk & Information Management (10%)Sustainability & Social Value (13%)Lot-Specific Technical Question (20%)Commercial (20%), (Pricing).Only tenders passing both the Selection Questionnaire and Quality stages were evaluated commercially.

Reference

  • FTS 067631-2025

Domains