Metropolitan Housing Trust Ltd: 2024-2025-028 Remediation Works Contractor Framework

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Construction work.
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


View any Notice Addenda

View Award Notice