Construction Contract Leads
West Midlands
Category Works
Type
No. of Lots 3
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04830f |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted procedure |
Value | £807,000,000 |
West Midlands
Category Works
Type
No. of Lots 3
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04830f |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted procedure |
Value | £807,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Metropolitan Housing Trust
The Grange, 100 High Street, Southgate
London
N14 6PW
paul.lopez [at] mtvh.co.uk
Telephone
+44 2035354369
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
2024-2025-028 Remediation Works Contractor Framework
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
The primary objective of the framework is to provide a supply chain for MHT’s building remediation programme, consisting mainly of fire and structural safety remediation to the internals and/or externals of our housing stock. The scope and programme is described in the tender documents.
The framework will be available for other Public Sector organisations to access, limited to organisations bound by Public Procurement Regulations, including Housing Registered Providers; Councils and Local Authorities, and; Charities or other Non-Profit organisations, as defined in the lists below:
Value of works included the Framework consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £307,000,000 (inc.VAT) --- Authorised User call-offs: £500,000,000 (estimate of Maximum, inc. VAT)
II.1.5) Estimated total value
Value excluding VAT: £807,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Remediation Works Projects - value band between £1 and £1m
Lot No
1
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
II.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
II.2.4) Description of the procurement
Lot 1 - Project value band 0 to £1m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 1 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £15,900,000 (inc.VAT) --- Authorised User call-offs: £25,900,000 (estimate of Maximum, inc. VAT)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £33,400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
To respond to this opportunity please click here:
II.2) Description
II.2.1) Title
Remediation Works Projects - value band between £1m and £5m
Lot No
2
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
II.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKI - London
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),LONDON,EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
II.2.4) Description of the procurement
Lot 2 - Project value band £1m to £5m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 2 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £155,700,000 (inc.VAT) --- Authorised User call-offs: £253,600,000 (estimate of Maximum, inc. VAT)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £327,440,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Remediation Works Projects - value band over £5m
Lot No
3
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
II.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKI - London
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),LONDON,EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
II.2.4) Description of the procurement
Lot 3 - Project value band over £5m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 3 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £136,000,000 (inc.VAT) --- Authorised User call-offs: £221,500,000 (estimate of Maximum, inc. VAT)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £286,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Works to new Building Regulations standards - Gateways process where applicable - Competence, skill, knowledge and experience must be demonstrated
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Experience and insurances for delivering Works to new Building Regulations standards
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-022574
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 2025
Local time
1:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 April 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
GO Reference: GO-2025221-PRO-29524637
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Metropolitan Housing Trust
The Grange, 100 Hight Street, Southgate
London
N14 6PW
Telephone
+44 2035354369
Country
United Kingdom