Section one: Contracting authority
one.1) Name and addresses
Metropolitan Housing Trust
The Grange, 100 High Street, Southgate
London
N14 6PW
Telephone
+44 2035354369
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./385V65NJS3
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./385V65NJS3
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
2024-2025-028 Remediation Works Contractor Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The primary objective of the framework is to provide a supply chain for MHT’s building remediation programme, consisting mainly of fire and structural safety remediation to the internals and/or externals of our housing stock. The scope and programme is described in the tender documents.
The framework will be available for other Public Sector organisations to access, limited to organisations bound by Public Procurement Regulations, including Housing Registered Providers; Councils and Local Authorities, and; Charities or other Non-Profit organisations, as defined in the lists below:
https://www.gov.uk/government/publications/registered-providers-of-social-housing
https://register-of-charities.charitycommission.gov.uk/en/charity-search/-/results/page/1/delta/20
Value of works included the Framework consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £307,000,000 (inc.VAT) --- Authorised User call-offs: £500,000,000 (estimate of Maximum, inc. VAT)
two.1.5) Estimated total value
Value excluding VAT: £807,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Remediation Works Projects - value band between £1 and £1m
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
two.2.4) Description of the procurement
Lot 1 - Project value band 0 to £1m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 1 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £15,900,000 (inc.VAT) --- Authorised User call-offs: £25,900,000 (estimate of Maximum, inc. VAT)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £33,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/385V65NJS3
two.2) Description
two.2.1) Title
Remediation Works Projects - value band between £1m and £5m
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKI - London
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),LONDON,EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
two.2.4) Description of the procurement
Lot 2 - Project value band £1m to £5m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 2 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £155,700,000 (inc.VAT) --- Authorised User call-offs: £253,600,000 (estimate of Maximum, inc. VAT)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £327,440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Remediation Works Projects - value band over £5m
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- IA25 - Refurbishment
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKI - London
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),LONDON,EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
two.2.4) Description of the procurement
Lot 3 - Project value band over £5m -
Framework to deliver a pipeline of fire safety remediation projects.
The Scope and Programme is further described in tender documents.
The intention is to extend framework duration to 7 years, duly justified by the duration of our programme extending beyond 4 years, and the risk to life in buildings awaiting remediation. Extending the framework duration will allow suppliers to fully resource for the programme, particularly beneficial for smaller organisations and SMEs, to deliver improved outcomes for our residents.
Value of works included Lot 3 consist of MHT programme plus an maximum estimate of call-offs to approved Authorised Users:
MHT programme: £136,000,000 (inc.VAT) --- Authorised User call-offs: £221,500,000 (estimate of Maximum, inc. VAT)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £286,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Works to new Building Regulations standards - Gateways process where applicable - Competence, skill, knowledge and experience must be demonstrated
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Experience and insurances for delivering Works to new Building Regulations standards
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-022574
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 2025
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./385V65NJS3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/385V65NJS3
GO Reference: GO-2025221-PRO-29524637
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Metropolitan Housing Trust
The Grange, 100 Hight Street, Southgate
London
N14 6PW
Telephone
+44 2035354369
Country
United Kingdom