Metropolitan Housing Trust Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 2024-2025-028 Remediation Works Contractor Framework |
Notice type: | Contract Notice |
Authority: | Metropolitan Housing Trust Ltd |
Nature of contract: | Works |
Procedure: | Restricted |
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://assets.publishing.service.gov.uk/media/67371541c0b2bbee1a1271ed/List_of_councils_in_England_2023.pdf 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) |
Published: | 21/02/2025 15:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Metropolitan Housing Trust
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 2035354369, Email: paul.lopez@mtvh.co.uk
Main Address: https://www.mtvh.co.uk/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./385V65NJS3 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 2024-2025-028 Remediation Works Contractor Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.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://assets.publishing.service.gov.uk/media/67371541c0b2bbee1a1271ed/List_of_councils_in_England_2023.pdf
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)
II.1.5) Estimated total value:
Value excluding VAT: 807,000,000
Currency: GBP
II.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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Remediation Works Projects - value band between £1 and £1m
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
IA25-1 - Refurbishment
II.2.3) Place of performance:
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)
II.2.4) Description of 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)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 33,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/385V65NJS3
II.2) Description Lot No. 2
II.2.1) Title: Remediation Works Projects - value band between £1m and £5m
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
IA25-1 - Refurbishment
II.2.3) Place of performance:
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)
II.2.4) Description of 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)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 327,440,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Remediation Works Projects - value band over £5m
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
IA25-1 - Refurbishment
II.2.3) Place of performance:
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)
II.2.4) Description of 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)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 286,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Experience and insurances for delivering Works to new Building Regulations standards
III.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: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.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
Envisaged maximum number of participants to the framework agreement: 30
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2024/S 000 - 022574
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/03/2025 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.4.2) Body responsible for mediation procedures:
High Court
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Metropolitan Housing Trust
The Grange, 100 Hight Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 2035354369
VI.5) Date Of Dispatch Of This Notice: 21/02/2025
Annex A