91ÃÛÌÒÊÓÆµ

Construction Tenders

05 May 2025

Related Information

Construction Contract Leads

West Midlands

Category Works

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04830f
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£807,000,000
« Previous Page

West Midlands

Category Works

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04830f
Common Procurement VocabularyConstruction work
Procurement MethodRestricted 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

Email

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