Award

Capital Investment Works - 2026 to 2046

  • Southern Housing

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-003999

Procurement identifier (OCID): ocds-h6vhtk-04ee2a (view related notices)

Published 16 January 2026, 3:17pm



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


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


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


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


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


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


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


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


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


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

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

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

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

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

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

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

Contact name: Kim Newman

Email: procurement@pmlgroup.com

Website: http://www.southernhousing.org.uk

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government