Tender

Main Contractors Framework 2026

  • London School of Hygiene & Tropical Medicine

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

Notice identifier: 2025/S 000-062218

Procurement identifier (OCID): ocds-h6vhtk-05a813

Published 3 October 2025, 3:00pm



Scope

Reference

LSHTM-2025-024

Description

LSHTM Framework for Main Contractors, to procure works across all campuses of its estate, broken out into the following Lots: Lot 1 - Main Contractor - Carry out construction projects, either as traditional single stage or design and build. Lot 2 - Mechanical, Electrical and Public Health (MEP) Contractor - Predominantly in relation to either large plant replacement, or large scale replacement of for instance light fittings, or distribution pipework but may also cover simple external and internal refurbishment works. With an estimated total value of LSHTM capital projects over the life of the Framework of between £15,000,000 and £63,000,000 GBP based on up to £60,000,000 for lot 1 and up to £3,000,000 for lot 2. These figures cannot in any circumstances be guaranteed and nor should they be taken as a minimum or maximum amount. Typical call-off contract values range from £250,000 - £10,000,000 for lot 1, and £10,000 to £150,000 for lot 2. Please note that refurbishment work in the laboratories is of a highly technical nature, requiring extensive relevant skills and experience. In addition, the refurbishment works generally take place in occupied buildings with other research activities ongoing nearby, requiring careful planning and execution of the works so that no research is interrupted. Due to the criticality of these research activities an ability to react and resource promptly to address technical issues that threaten research continuity is required.

Commercial tool

Establishes a framework

Total value (estimated)

  • £63,000,000 excluding VAT
  • £75,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 May 2026 to 1 May 2031
  • Possible extension to 1 May 2033
  • 7 years, 1 day

Description of possible extension:

The initial term will be 5 years with the option to extend for a further two years. A longer term framework is required due to the scale of the projects that will be called off from the framework, the time to deliver each scheme and the relatively low frequency of the schemes/competitions. The extended duration will enable the delivery of the School's capital programme, and the opportunity to develop the collaborative relationships that the School desires.

Main procurement category

Works

Contract locations

  • UKI31 - Camden and City of London

Lot constraints

Maximum number of lots a supplier can bid for: 1

Maximum number of lots a supplier can be awarded: 1

Not the same for all lots

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


Lot LOT-0001. Lot 1 - Main Contractors

Description

Lot 1 - Main Contractors - Carry out construction projects, either as traditional single stage or design and build.

Lot value (estimated)

  • 60000000 GIP excluding VAT
  • 72000000 GIP including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45300000 - Building installation work
  • 45400000 - Building completion work

Same for all lots

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


Lot LOT-0002. Lot 2 - MEP Contractor

Description

Lot 2 - Mechanical, Electrical and Public Health (MEP) Contractor - Predominantly in relation to either large plant replacement, or large scale replacement of for instance light fittings, or distribution pipework but may also cover simple external and internal refurbishment works.

Lot value (estimated)

  • £3,000,000 excluding VAT
  • £3,600,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45000000 - Construction work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45453000 - Overhaul and refurbishment work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51100000 - Installation services of electrical and mechanical equipment

Same for all lots

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


Framework

Maximum number of suppliers

8

Maximum percentage fee charged to suppliers

0%

Framework operation description

Prices to be agreed as part of framework. Work will be assigned either through direct award or through mini competition as described in the procumment documents.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot LOT-0001. Lot 1 - Main Contractors

Lot LOT-0002. Lot 2 - MEP Contractor

Selection criteria as stated in the procurement documents

Technical ability conditions of participation

Lot LOT-0001. Lot 1 - Main Contractors

Lot LOT-0002. Lot 2 - MEP Contractor

Selection criteria as stated in the procurement documents


Submission

Enquiry deadline

17 October 2025, 1:00pm

Submission type

Tenders

Tender submission deadline

27 February 2026, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 April 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Award criteria may be refined upto the Invitation to Tender stage. A draft evaluation criteria has been provided within documentation.

Quality 60%
Cost

Award criteria may be refined upto the Invitation to Tender stage. A draft evaluation criteria has been provided within documentation.

Cost 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Two stages. Initial Conditions of Participation (CoP) stage followed by an Invitation to Tender (ITT) stage. All requests to participate received through the completed PSQ will be evaluated as detailed within the documents on both a pass / fail and scored criterion. Only those that fully meet the conditions of participation and score within the top places for each lot will proceed to the final Invitation to Tender stage. Please note that requests to participate must be through the Mercell portal and be submitted by the 31st October 2026 (13:00).

Justification for not publishing a preliminary market engagement notice

No preliminary market engagement has been carried out by LSHTM as not required.


Contracting authority

London School of Hygiene & Tropical Medicine

  • Public Procurement Organisation Number: PHBN-2917-QXQQ

Keppel Street,

London

WC1E 7HT

United Kingdom

Contact name: Paul Pester

Telephone: +44 02079272471

Email: paul.pester@lshtm.ac.uk

Website: https://www.lshtm.ac.uk

Region: UKI31 - Camden and City of London

Organisation type: Public authority - sub-central government