- Lot 5. LN-Int - London North and Essex Internal
- Lot 6. LSW-Int - London South West - Internal
- Lot 7. LSE-Int - London South East Internal
- Lot 8. WSX-Int - West Sussex Internal
- Lot 9. ESX-Int - East Sussex Internal
- Lot 10. KNT-Int - Kent and Medway Internal
- Lot 1. LN-Ext - London North - External
- Lot 2. LS-Ext - London South - External
- Lot 3. SSX-Ext - Sussex External
- Lot 4. KNT-Ext - Kent External
Scope
Reference
SH2024035
Description
Southern Housing are seeking to procure up to 10 contractors to deliver Capital Investment Works across 10 operational Lots, 4 Lots for External elements (Windows, Roofs and non-fire Doors plus associated works) and 6 Lots for Internal elements (Kitchens and Bathrooms plus associated works) split on a geographical basis. The contracts also include provision for the following works to be included where required
to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Bidders will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
In accordance with section 52 of the Procurement Act 2023, wherever the Client enters into a public contract with an estimated value of
more than £5 million, the Client must set and publish at least three key performance indicators in respect of the Contract.
In light of the estimated value of the Contract, the Client has set the following indicative key performance indicators for the purposes of
this procurement:
KPI 1 - Performance Against Programme
KPI 2 - Resident Satisfaction
KPI 3 - Achieving Budget
KPI 4 - Defects at Handover
The contract extension options will be linked to performance and a programme of market testing as set out in the Invitation to Tender.
This serves as a longer-term incentive and establishes testing of ongoing value for money.
The Client will enter into Contract with the with the successful Contractor(s) which shall be based on the NHF Form of Contract 2023
(including a Schedule of Amendments).
Lot 5. LN-Int - London North and Essex Internal
Description
London North and Essex Internal - Kitchens and Bathrooms replacement plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 6. LSW-Int - London South West - Internal
Description
London South West - Internal - Kitchens and Bathrooms replacement plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 7. LSE-Int - London South East Internal
Description
London South East Internal - Kitchens and Bathrooms replacement plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 8. WSX-Int - West Sussex Internal
Description
West Sussex Internal - Kitchens and Bathrooms replacement plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 9. ESX-Int - East Sussex Internal
Description
East Sussex Internal - Kitchen and bathroom replacement and associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 10. KNT-Int - Kent and Medway Internal
Description
Kent and Medway Internal - Kitchen and Bathroom Replacement and associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 1. LN-Ext - London North - External
Description
London North - External - Windows, Roofs and non-fire Doors plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 2. LS-Ext - London South - External
Description
London South - External - Windows, Roofs and non-fire Doors plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 3. SSX-Ext - Sussex External
Description
Sussex External - Windows, Roofs and non-fire Doors plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:a) Fire safety works (only within the primary area of component renewal)b) Retrofit works (non-SHDF/WH: SHF etc.)and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:a) Legal responsibility of Principal Designer and Principal Contractor roles under CDMb) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirementsc) Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot 4. KNT-Ext - Kent External
Description
Kent External - Windows, Roofs and non-fire Doors plus associated works.The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:• Fire safety works (only within the primary area of component renewal)• Retrofit works (non-SHDF/WH: SHF etc.)And Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:• Legal responsibility of Principal Designer and Principal Contractor roles under both CDM• Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements• Quality assurance of work delivered by the contractors with provision of supporting evidence.As a contingency only, Participants are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Contract 1. Lot 5 - LN Int - London North & Essex: Internals
Lots
Lot 5. LN-Int - London North and Essex Internal
Supplier
Contract value
- £259,893,215 excluding VAT
- £311,871,858 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 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
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKI - London
- UKH3 - Essex
Contract 2. Lot 7 - LSE Int - London South East: Internals
Lots
Lot 7. LSE-Int - London South East Internal
Supplier
Contract value
- £199,707,418 excluding VAT
- £239,648,901 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 39221000 - Kitchen equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 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
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKI - London
Contract 3. Lot 8 - WSX Int - West Sussex: Internals
Lots
Lot 8. WSX-Int - West Sussex Internal
Supplier
Contract value
- £235,271,752 excluding VAT
- £282,326,103 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 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
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKJ35 - South Hampshire
- UKJ34 - Isle of Wight
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
Contract 4. Lot 9 - ESX Int - East Sussex: Internals
Lots
Lot 9. ESX-Int - East Sussex Internal
Supplier
Contract value
- £199,707,418 excluding VAT
- £239,648,901 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 39141000 - Kitchen furniture and equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45430000 - Floor and wall covering work
- 45420000 - Joinery and carpentry installation work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKJ21 - Brighton and Hove
- UKJ22 - East Sussex CC
Contract 5. Lot 10 - KNT Int - Kent and Medway Internal
Lots
Lot 10. KNT-Int - Kent and Medway Internal
Supplier
Contract value
- £216,121,726 excluding VAT
- £259,346,071 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 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
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
- 71530000 - Construction consultancy services
Contract locations
- UKJ4 - Kent
Contract 6. Lot 1 - LN Ext - London North - External
Lots
Lot 1. LN-Ext - London North - External
Supplier
Contract value
- £123,107,312 excluding VAT
- £147,728,774 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 90650000 - Asbestos removal services
- 71630000 - Technical inspection and testing services
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45420000 - Joinery and carpentry installation work
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45260000 - Roof works and other special trade construction works
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
Contract locations
- UKI - London
- UKH3 - Essex
Contract 7. Lot 2 - LS Ext - London South - External
Lots
Lot 2. LS-Ext - London South - External
Supplier
Contract value
- £205,178,853 excluding VAT
- £246,214,624 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
11 December 2025
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 45440000 - Painting and glazing work
- 45430000 - Floor and wall covering work
- 45410000 - Plastering work
- 45450000 - Other building completion work
- 45420000 - Joinery and carpentry installation work
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKI - London
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ37 - North Hampshire
- UKJ11 - Berkshire
Contract 8. Lot 3 - SSX - Sussex External
Lots
Lot 3. SSX-Ext - Sussex External
Supplier
Contract value
- £218,857,443 excluding VAT
- £262,628,932 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements
CPV classifications
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 45440000 - Painting and glazing work
- 45430000 - Floor and wall covering work
- 45410000 - Plastering work
- 45450000 - Other building completion work
- 45420000 - Joinery and carpentry installation work
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKJ35 - South Hampshire
- UKJ34 - Isle of Wight
- UKJ22 - East Sussex CC
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ21 - Brighton and Hove
Contract 9. Lot 4 - KNT Ext - Kent External
Lots
Lot 4. KNT-Ext - Kent External
Supplier
Contract value
- £150,464,492 excluding VAT
- £180,557,391 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 45440000 - Painting and glazing work
- 45430000 - Floor and wall covering work
- 45410000 - Plastering work
- 45450000 - Other building completion work
- 45420000 - Joinery and carpentry installation work
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKJ4 - Kent
Contract 10. Lot 6 - LSW Int - London South West – Internal
Lots
Lot 6. LSW-Int - London South West - Internal
Supplier
Contract value
- £172,350,237 excluding VAT
- £206,820,285 including VAT
Above the relevant threshold
Award decision date
11 December 2025
Date assessment summaries were sent to tenderers
12 January 2026
Standstill period
- End: 27 January 2026
- 8 working days
Earliest date the contract will be signed
13 February 2026
Contract dates (estimated)
- 14 April 2026 to 13 April 2036
- Possible extension to 13 April 2046
- 20 years
Description of possible extension:
The contract may be extended by up to a further 10 years in blocks of 5 plus 3 plus 2 years. Extension will be linked to performance and a programme of market testing
Main procurement category
Works
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45430000 - Floor and wall covering work
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKI - London
Information about tenders
Lot 5. LN-Int - London North and Essex Internal
- 21 tenders received
- 17 tenders assessed in the final stage:
- 9 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 16 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- KBH BUILDING SERVICES LIMITED
- KIER SERVICES LIMITED
- LMAC Group Limited
- Morgan Sindall Property Services Limited
- Re-Gen (M&E Services) Limited
- Topcoat Construction Limited
- TSG Building Services Plc
- A & E Elkins Limited
- Formation Design and Build Limited
- Greyline Group Limited
- Mulalley & Co Limited
- Polyteck Building Services Limited
- Vinci Construction
- Wates Property Services Limited
- Pilon Limited
- Bell Group Limited
Lot 6. LSW-Int - London South West - Internal
- 17 tenders received
- 12 tenders assessed in the final stage:
- 5 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 11 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- KIER SERVICES LIMITED
- Ecosafe Heating Limited
- A & E Elkins Limited
- Formation Design and Build Limited
- Greyline Group Limited
- Mulalley & Co Limited
- Polyteck Building Services Limited
- Vinci Construction
- Wates Property Services Limited
- Pilon Limited
- Bell Group Limited
Lot 7. LSE-Int - London South East Internal
- 17 tenders received
- 12 tenders assessed in the final stage:
- 5 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 11 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- LMAC Group Limited
- TSG Building Services Plc
- A & E Elkins Limited
- Formation Design and Build Limited
- Greyline Group Limited
- Mulalley & Co Limited
- Polyteck Building Services Limited
- Vinci Construction
- Wates Property Services Limited
- Pilon Limited
- Bell Group Limited
Lot 8. WSX-Int - West Sussex Internal
- 8 tenders received
- 6 tenders assessed in the final stage:
- 3 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 5 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- MPG Maintenance Group Limited
- NOVUS PROPERTY SOLUTIONS LIMITED
- Mulalley & Co Limited
- Pilon Limited
- Bell Group Limited
Lot 9. ESX-Int - East Sussex Internal
- 10 tenders received
- 8 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 7 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- MPG Maintenance Group Limited
- Booker and Best
- Fortem Solutions Limited
- NOVUS PROPERTY SOLUTIONS LIMITED
- Mulalley & Co Limited
- Pilon Limited
- Bell Group Limited
Lot 10. KNT-Int - Kent and Medway Internal
- 14 tenders received
- 9 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 8 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- Morgan Sindall Property Services Limited
- Booker and Best
- Fortem Solutions Limited
- A & E Elkins Limited
- Mulalley & Co Limited
- Wates Property Services Limited
- Pilon Limited
- Bell Group Limited
Lot 1. LN-Ext - London North - External
- 21 tenders received
- 15 tenders assessed in the final stage:
- 9 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 14 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- KBH BUILDING SERVICES LIMITED
- Morgan Sindall Property Services Limited
- Topcoat Construction Limited
- Chigwell (London) Plc
- Milestone South East Limited
- SER Contractor Limited
- M&J Group (Construction & Roofing) Limited
- A & E Elkins Limited
- Formation Design and Build Limited
- Greyline Group Limited
- Mulalley & Co Limited
- Vinci Construction
- Wates Property Services Limited
- Bell Group Limited
Lot 2. LS-Ext - London South - External
- 16 tenders received
- 10 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 9 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- Milestone South East Limited
- M&J Group (Construction & Roofing) Limited
- A & E Elkins Limited
- Formation Design and Build Limited
- Greyline Group Limited
- Mulalley & Co Limited
- Vinci Construction
- Wates Property Services Limited
- Bell Group Limited
Lot 3. SSX-Ext - Sussex External
- 10 tenders received
- 7 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 6 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- MPG Maintenance Group Limited
- NOVUS PROPERTY SOLUTIONS LIMITED
- Colours Decorating Limited
- M&J Group (Construction & Roofing) Limited
- Mulalley & Co Limited
- Bell Group Limited
Lot 4. KNT-Ext - Kent External
- 15 tenders received
- 9 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 8 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
Submission
Submission type
Tenders
Procedure
Procedure type
Competitive flexible procedure
Suppliers
A & E Elkins Limited
- Public Procurement Organisation Number: PJXC-2438-QZWM
Unit 1A Industrial Estate, Juno Way
London
SE14 5RW
United Kingdom
Region: UKI44 - Lewisham and Southwark
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Amber Construction Services Limited
- Public Procurement Organisation Number: PZVC-7646-MCYR
Unit 5, Rippleside Commercial Estate, Ripple Road
Barking
IG11 0RJ
United Kingdom
Email: bids@amberconstruction.com
Region: UKI52 - Barking & Dagenham and Havering
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Amber Construction Group Ltd
Unit 5 Rippleside Commercial Estate, Ripple Road,
Barking, IG11 0RJ, UK
companies House Number 13452926
Contract 1. Lot 5 - LN Int - London North & Essex: Internals
Contract 4. Lot 9 - ESX Int - East Sussex: Internals
Architectural Decorators Limited
- Public Procurement Organisation Number: PRWG-4976-HYXL
Samuel House, 7 Powerscroft Road
Sidcup
DA14 5DT
United Kingdom
Email: marketing@theadgroup.co.uk
Region: UKI51 - Bexley and Greenwich
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
None
Contract 3. Lot 8 - WSX Int - West Sussex: Internals
Axis Europe Limited
- Public Procurement Organisation Number: PCNG-4217-XXCQ
Tramway House, 3 Tramway Avenue
London
E15 4PN
United Kingdom
Email: jill.pennell@axiseurope.com
Region: UKI41 - Hackney and Newham
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
None
Contract 2. Lot 7 - LSE Int - London South East: Internals
Contract 7. Lot 2 - LS Ext - London South - External
Bell Group Limited
- Public Procurement Organisation Number: PWHC-6372-LGDQ
Bell Business Park
Airdrie
ML6 9BG
United Kingdom
Region: UKM84 - North Lanarkshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Booker and Best
- Public Procurement Organisation Number: PTZY-3188-VZJV
Windmill House, Windmill Road
St. Leonards On Sea
TN38 9BY
United Kingdom
Region: UKJ22 - East Sussex CC
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Chas Berger Limited
- Public Procurement Organisation Number: PBRH-4441-ZLCH
4th floor, 4 Tabernacle Street
London
EC2A 4LU
United Kingdom
Email: proposals@chasberger.co.uk
Region: UKI43 - Haringey and Islington
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
None
Contract 8. Lot 3 - SSX - Sussex External
Chigwell (London) Plc
- Public Procurement Organisation Number: PTRM-8451-ZBZY
Aaron House, Unit 8 Hainault Business Park
Ilford
IG6 3JP
United Kingdom
Region: UKI53 - Redbridge and Waltham Forest
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Colours Decorating Limited
- Public Procurement Organisation Number: PWQR-4839-WLXM
Office 7, 15-20 Gresley Road
St Leonards On Sea
TN38 9PL
United Kingdom
Region: UKJ22 - East Sussex CC
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Ecosafe Heating Limited
- Public Procurement Organisation Number: PDBH-8883-BGYV
G2 The Fulcrum
Poole
BH12 4NU
United Kingdom
Region: UKK24 - Bournemouth, Christchurch and Poole
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Formation Design and Build Limited
- Public Procurement Organisation Number: PXVL-8974-LQTM
38 Wembley Hill Road
Wembley
HA9 8FJ
United Kingdom
Region: UKI72 - Brent
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Fortem Solutions Limited
- Public Procurement Organisation Number: PZZW-1813-YBQG
Suite 201, The Spirella Building, Bridge Road
Letchworth Garden City
SG6 4ET
United Kingdom
Region: UKH23 - Hertfordshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Greyline Group Limited
- Public Procurement Organisation Number: PHTR-3244-HZMZ
Unit 2, 29 Fourth Way
Wembley
HA9 0LH
United Kingdom
Region: UKI72 - Brent
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Highview Group Limited
- Public Procurement Organisation Number: PHDT-5988-LXGJ
Quay House, Chelmsford Road
Wickford
SS11 8TR
United Kingdom
Email: bids@highviewltd.co.uk
Region: UKH37 - Essex Thames Gateway
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
None
Contract 6. Lot 1 - LN Ext - London North - External
Contract 9. Lot 4 - KNT Ext - Kent External
HLS MCCONNELL LIMITED
- Public Procurement Organisation Number: PMVN-7788-XYRG
Orion House Bramah Avenue
East Kilbride
G75 0RD
United Kingdom
Email: bids@mcconnell.co.uk
Region: UKM95 - South Lanarkshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
McConnell Group Ltd
Companies House number 11451719
Manufactory House, Bell Lane,, Hertford, SG14 1BP,
UK
Contract 5. Lot 10 - KNT Int - Kent and Medway Internal
Contract 10. Lot 6 - LSW Int - London South West - Internal
KBH BUILDING SERVICES LIMITED
- Public Procurement Organisation Number: PJJD-2823-BBQV
110 Brooker Road
Waltham Abbey
EN9 1JH
United Kingdom
Region: UKH35 - West Essex
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
KIER SERVICES LIMITED
- Public Procurement Organisation Number: PZZH-4316-TPZJ
2nd floor, Optimum House, Clippers Quay
Salford
M50 3XP
United Kingdom
Region: UKD34 - Greater Manchester South West
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
LMAC Group Limited
- Public Procurement Organisation Number: PRVM-5243-DDZR
George House, Hallsford Bridge Ind Est, Stondon Road
Ongar
CM5 9RB
United Kingdom
Region: UKH36 - Heart of Essex
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
M&J Group (Construction & Roofing) Limited
- Public Procurement Organisation Number: PMMH-8591-VGTY
Hammond Road, Elms Farm Industrial Estate
Bedford
MK41 0UD
United Kingdom
Region: UKH24 - Bedford
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Milestone South East Limited
- Public Procurement Organisation Number: PJJJ-4849-LJNR
3 Beauchamp Court, 10 Victors Way
Barnet
EN5 5TZ
United Kingdom
Region: UKI71 - Barnet
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Morgan Sindall Property Services Limited
- Public Procurement Organisation Number: PQGX-8891-NLZX
Kent House
London
W1W 8AJ
United Kingdom
Region: UKI32 - Westminster
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
MPG Maintenance Group Limited
- Public Procurement Organisation Number: PZRZ-6641-CGNM
Unit 3f The Birches
East Grinstead
RH19 1XZ
United Kingdom
Region: UKJ28 - West Sussex (North East)
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Mulalley & Co Limited
- Public Procurement Organisation Number: PDVH-1753-WZJH
Teresa Gavin House
Woodford Green
IG8 8FA
United Kingdom
Region: UKI53 - Redbridge and Waltham Forest
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
NOVUS PROPERTY SOLUTIONS LIMITED
- Public Procurement Organisation Number: PBJW-2994-LYMN
PO Box 13, Five Towns House, Festival Way, Festival Park
Stoke-On-Trent
ST1 5SH
United Kingdom
Region: UKG23 - Stoke-on-Trent
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Pilon Limited
- Public Procurement Organisation Number: PJRR-7678-ZPWD
Suite 4b, Columbia
Bracknell
RG12 1LP
United Kingdom
Region: UKJ11 - Berkshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Polyteck Building Services Limited
- Public Procurement Organisation Number: PQCJ-1399-GYHG
1 Kings Avenue
London
N21 3NA
United Kingdom
Region: UKI54 - Enfield
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Re-Gen (M&E Services) Limited
- Public Procurement Organisation Number: PDDM-2672-BXXZ
Unit 8, Alpha Business Park, Travellers Lane
Welham Green
AL9 7NT
United Kingdom
Region: UKH23 - Hertfordshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
SER Contractor Limited
- Public Procurement Organisation Number: PWRQ-4833-WBYX
Hunters Hall Farm, Epping Upland
Epping
CM16 6PL
United Kingdom
Region: UKH35 - West Essex
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Topcoat Construction Limited
- Public Procurement Organisation Number: PWVL-1919-BYLY
Unit A Melville Court, Spilsby Road
Harold Hill
RM3 8SB
United Kingdom
Region: UKI52 - Barking & Dagenham and Havering
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
TSG Building Services Plc
- Public Procurement Organisation Number: PJVG-1112-MDMD
TSG House Cranborne Industrial Estate
Potters Bar
EN6 3JN
United Kingdom
Region: UKH23 - Hertfordshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Vinci Construction
- Public Procurement Organisation Number: PYCB-3475-QWVQ
ASTRAL HOUSE, IMPERIAL WAY
WATFORD
WD24 4WW
United Kingdom
Region: UKH23 - Hertfordshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Wates Property Services Limited
- Public Procurement Organisation Number: PTTB-7947-QVWT
Wates House
Leatherhead
KT22 7SW
United Kingdom
Region: UKJ26 - East Surrey
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Contracting authority
Southern Housing
- Public Procurement Organisation Number: PXJP-9994-BJBR
59-61 Clerkenwell Road
London
EC1M 5LA
United Kingdom
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government