Tender

PP-10183b Hornchurch Academy Trust Construction, Infrastructure, Building Works, Installations and Renewables Open Framework

  • HORNCHURCH ACADEMY TRUST

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-003671

Procurement identifier (OCID): ocds-h6vhtk-060719

Published 15 January 2026, 9:33pm



Scope

Reference

PP-10183b

Description

This Invitation to Tender ("ITT") has been issued by Place Group Limited as Procurement Agent of Hornchurch Academy Trust ("the Client"). You are invited by the Client to tender for a position on an Open Framework for the provision of various Construction, Infrastructure, Building Works, Installations and Renewables requirements in accordance with this ITT, including the following categories:

a. Category 1; Renewables

b. Category 2: Construction and Infrastructure

c. Category 3: Building Works, Installations, Repairs and Improvements

d. Category 4: Modular Buildings

e. Category 5: MUGAs and Sports Facilities

f. Category 6: Project Management and Building and Construction Consultancy

The Open Framework will act as a scheme of frameworks that provides for the award of successive frameworks on substantially the same terms. The first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

The estimated contract value for this framework over the full potential 8-year period of the open framework is £830,000,000 excluding VAT / £996,000,000 including VAT.

The framework shall include both mini-competition and direct award without further competition options for undertaking call-offs, as further detailed in the specification and tender documentation.

A Framework Levy is to be paid by the Supplier, calculated as a fixed percentage of the contract value for the initial term of each Call-Off Contract (prior to any deductions and exclusive of VAT), with the applicable fixed percentage being determined by the contract value (ranging from 5% to 0.35% dependent on contract value in line with the tender documentation).

The anticipated number of Suppliers to be appointed to each category can be found in the ITT documentation.

Further information on the framework and its method of operation can be found in the attachments to this ITT, which can be accessed under project reference PP-10183b via the In-Tend portal at https://in-tendhost.co.uk/placegroup/

Commercial tool

Establishes an open framework

Total value (estimated)

  • £830,000,000 excluding VAT
  • £996,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 June 2026 to 31 May 2028
  • Possible extension to 1 June 2029
  • 3 years, 1 day

Description of possible extension:

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Main procurement category

Works

Contract locations

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London - West
  • UKI4 - Inner London - East
  • UKI5 - Outer London - East and North East
  • UKI6 - Outer London - South
  • UKI7 - Outer London - West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Category 1: Renewables

Description

The Renewables category shall cover provision of all works, services and consultancy relating to renewables and Net Zero Customer requirements, including but not limited to analysis, strategy, design, supply, installation and management of renewables including LED Lighting, Solar Panels, Heat Pumps, Electric Vehicle Chargers, energy storage technologies, retrofitting and other products, services, technologies, installations and works relating to reducing carbon emissions and meeting Customers' Net Zero targets and goals.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09330000 - Solar energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 31500000 - Lighting equipment and electric lamps
  • 31440000 - Batteries
  • 38551000 - Energy meters
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31158000 - Chargers
  • 90700000 - Environmental services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Category 2: Construction and Infrastructure

Description

The Construction and Infrastructure category shall cover all forms of construction works and demolition works for the public sector, for all buildings and infrastructure, as well as works required to maintain and improve infrastructure such as highways works, pipeline and cabling works, and all other construction and public sector infrastructure requirements.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 71500000 - Construction-related services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45110000 - Building demolition and wrecking work and earthmoving work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Category 3: Building Works, Installations, Repairs and Improvements

Description

The Building Works, Installations, Repairs and Improvements category shall cover all forms of building works, building installations, repairs, maintenance works, electrical works, refurbishments, installations, retrofitting and building improvement works to the physical structures, facilities and installations at Customer sites.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45453100 - Refurbishment work
  • 44220000 - Builders' joinery
  • 44230000 - Builders' carpentry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45343000 - Fire-prevention installation works
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 51000000 - Installation services (except software)
  • 71300000 - Engineering services
  • 71314100 - Electrical services
  • 71314310 - Heating engineering services for buildings
  • 71315000 - Building services
  • 71315100 - Building-fabric consultancy services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 75251110 - Fire-prevention services
  • 79931000 - Interior decorating services
  • 79932000 - Interior design services
  • 98395000 - Locksmith services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Category 4: Modular Buildings

Description

The Modular Buildings category shall cover design, supply, delivery, establishment, implementation and commissioning of all forms of modular, prefabricated and temporary buildings and structures required by Customers under the Framework, as well as modification, development or removal of modular buildings.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44400000 - Miscellaneous fabricated products and related items
  • 79933000 - Design support services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Category 5: MUGAs and Sports Facilities

Description

The MUGAs and Sports Facilities Category shall cover design, supply, installation, maintenance and repair of Multi-Use Games Areas and Sports Pitches and Facilities to Customers.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45212200 - Construction work for sports facilities
  • 77320000 - Sports fields maintenance services
  • 45112720 - Landscaping work for sports grounds and recreational areas

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Category 6: Project Management and Building and Construction Consultancy

Description

The Project Management and Building and Construction Consultancy Category shall cover provision of the range of construction and building works consultancy and project management services to Customers, including provision of full design teams for construction projects, covering project management, principal designers, architects, quantify surveyors, structural engineers and Mechanical and Electrical engineers, as well as consultancy and advice across each of these areas, as well as consultancy and advice for building design, fabric and accessibility.

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 71530000 - Construction consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71520000 - Construction supervision services
  • 71540000 - Construction management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 73000000 - Research and development services and related consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79421000 - Project-management services other than for construction work
  • 79421200 - Project-design services other than for construction work
  • 90700000 - Environmental services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

1 June 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

5%

Further information about fees

A Framework Levy is to be paid by the Supplier, calculated as a fixed percentage of the contract value for the initial term of each Call-Off Contract (prior to any deductions and exclusive of VAT), with the applicable fixed percentage being determined by the contract value (ranging from 5% to 0.35% dependent on contract value in line with the tender documentation).

The table of fixed percentage fees can be found as part of the tender documentation.

Framework operation description

This framework contract will be accessed by two means of award - Mini-Competition and Direct Award without Further Competition. Both Mini Competition and Direct Award without Further Competition may be utilised against any available Category.

Customers may use conditions of participation for selection for Call-Off Contracts under the framework where permitted within the Procurement Act 2023.

The full conditions for mini-competition and direct award, and pricing models to be utilised can be found in the specification as part of the tender documentation.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework shall be open for use by the following classifications of Contracting Authority throughout all administrative regions of the UK: UK public sector bodies (and any future successors to these organisations), which include schools, academies, multi academy trusts, RBCs, DfE school buying hubs, colleges, universities, Central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies and local authorities (county, unitary, district, borough, parish, town), devolved administrations, fire service, police service, transport services, buying consortiums and charities, Schools, Academies, Academy Trusts, RBCs, school buying hubs, colleges, universities, central government departments and agencies, non-departmental public bodies, NHS bodies and local authorities, devolved administrations, fire service, police service, buying consortiums and charities.

Full details are included in the tendering documentation.


Participation

Legal and financial capacity conditions of participation

Lot 1. Category 1: Renewables

Lot 2. Category 2: Construction and Infrastructure

Lot 3. Category 3: Building Works, Installations, Repairs and Improvements

Lot 4. Category 4: Modular Buildings

Lot 5. Category 5: MUGAs and Sports Facilities

Lot 6. Category 6: Project Management and Building and Construction Consultancy

As detailed in Part A of the ITT documentation, and in the supplier response form.

Technical ability conditions of participation

Lot 1. Category 1: Renewables

Lot 2. Category 2: Construction and Infrastructure

Lot 3. Category 3: Building Works, Installations, Repairs and Improvements

Lot 4. Category 4: Modular Buildings

Lot 5. Category 5: MUGAs and Sports Facilities

Lot 6. Category 6: Project Management and Building and Construction Consultancy

As detailed in Part A of the ITT documentation, and in the supplier response form.

Particular suitability

Lot 1. Category 1: Renewables

Lot 2. Category 2: Construction and Infrastructure

Lot 3. Category 3: Building Works, Installations, Repairs and Improvements

Lot 4. Category 4: Modular Buildings

Lot 5. Category 5: MUGAs and Sports Facilities

Lot 6. Category 6: Project Management and Building and Construction Consultancy

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

2 February 2026, 5:00pm

Tender submission deadline

13 February 2026, 12:00pm

Submission address and any special instructions

Tender responses, and all clarifications and correspondence, must be submitted using In-tend portal through which the procurement will be managed, under project reference PP-10183a: https://in-tendhost.co.uk/placegroup

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

27 April 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Price

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.


Other information

Payment terms

As per the framework and call-off contract terms within the tendering documentation.

Description of risks to contract performance

Please see section 7 of Part A of the tender documentation for details of contract risks and dependencies.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://in-tendhost.co.uk/placegroup

Tender documentation and all correspondence will be managed via the InTend portal under project reference PP-10183a. Please register on the portal and express interest in the project to access the tender documentation.


Contracting authority

HORNCHURCH ACADEMY TRUST

  • Companies House: 10760863

Whybridge Junior School Blacksmiths Lane

Essex

RM13 7AH

United Kingdom

Region: UKI52 - Barking & Dagenham and Havering

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

Place Group Limited

Summary of their role in this procurement: Procurement Agent on behalf of client

  • Companies House: 04395705

The Regent, Chapel Street

Penzance

TR18 4AE

United Kingdom

Contact name: Jessica Brydon

Email: jessica.brydon@place-group.com

Region: UKK30 - Cornwall and Isles of Scilly


Contact organisation

Contact Place Group Limited for any enquiries.