Worcestershire and West Midlands Development Framework - April 24

Award

Value

£4,626,000,000

Classifications

  • Construction work
  • Works for complete or part construction and civil engineering work
  • Building construction work
  • Construction work for multi-dwelling buildings and individual houses
  • Construction work for houses
  • Sheltered housing construction work
  • Houses construction work
  • Multi-dwelling buildings construction work
  • Flats construction work
  • Multi-functional buildings construction work
  • Urban development construction work
  • Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • Construction work for commercial buildings
  • Construction work for industrial buildings
  • Construction work for buildings relating to road transport
  • Construction work for buildings relating to various means of transport
  • Service depot construction work
  • Construction work for school buildings
  • Construction work for college buildings
  • Construction work for university buildings
  • Construction work for buildings of further education
  • Construction work for buildings relating to health
  • Construction work for subsidised residential accommodation
  • Retirement home construction work
  • Residential homes construction work
  • Construction work for military buildings and installations
  • Construction, foundation and surface works for highways, roads
  • Construction work for highways, roads
  • Scaffolding work
  • Refurbishment of run-down buildings
  • Building alteration work
  • Building extension work
  • Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • Calculation of costs, monitoring of costs
  • Building consultancy services
  • Building surveying services
  • Building-inspection services
  • Construction-related services
  • Construction supervision services
  • Construction-site supervision services
  • Construction management services
  • Construction project management services
  • Architectural and related services
  • Advisory architectural services
  • Architectural design services
  • Architectural services for buildings
  • Architectural, engineering and planning services
  • Project and design preparation, estimation of costs
  • Architectural, engineering and surveying services
  • Architectural and building-surveying services
  • Building services consultancy services
  • Health and safety services
  • Health and safety consultancy services
  • Archaeological services
  • Surveying services
  • Civil engineering consultancy services
  • Civil engineering support services
  • Highways consultancy services
  • Structural engineering consultancy services
  • Advisory and consultative engineering services
  • Engineering design services for the construction of civil engineering works
  • Quantity surveying services for civil engineering works
  • Development services of real estate
  • Development of residential real estate
  • Development of non-residential real estate
  • Building sale services
  • Sale of residential real estate
  • Sale of non-residential estate
  • Residential building rental or sale services
  • Architectural, construction, engineering and inspection services
  • Geology services
  • Business services: law, marketing, consulting, recruitment, printing and security
  • Advertising and marketing services
  • Marketing services
  • Direct marketing services
  • Marketing management consultancy services
  • Procurement consultancy services
  • Building demolition and wrecking work and earthmoving work
  • Demolition, site preparation and clearance work
  • Demolition work
  • Site preparation and clearance work
  • Ground investigation services
  • Other pollution investigation services
  • Environmental rehabilitation
  • Industrial site rehabilitation
  • Environmental decontamination services
  • Services related to soil pollution
  • Soil pollution advisory services
  • Services related to water pollution
  • Groundwater pollution treatment or rehabilitation
  • Pollutants tracking and monitoring and rehabilitation services
  • Services related to oil pollution
  • Oil spillage rehabilitation services
  • Services related to toxic substances pollution
  • Toxic substances rehabilitation services
  • Heating engineering services for buildings
  • Building services
  • Building-fabric consultancy services
  • Engineering design services for mechanical and electrical installations for buildings
  • Mechanical and electrical engineering services

Tags

  • award
  • contract

Published

9 months ago

Description

Community Housing sought expressions of interest from suitably skilled and experienced Suppliers to deliver Development and/or Consultancy services under this multi-lot 5 year framework (4yrs with an optional 1 year extension). This framework sought to offer the benefits of best practice in contract delivery and collaborative working practices for Community Housing and other Authorised Users of the framework. The framework is to operate across Worcestershire, the West Midlands and the surrounding areas, (and is open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between Community Housing, the Supplier and Pretium Frameworks Ltd, who Community Housing has appointed to administer the framework on their behalf.
Full details of the scope and requirements of the framework and the procurement process, including how to tender were included within the procurement and tender documents.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Manston Road Environment Agency Compliance Works

For the provision of the Manston Road Environment Agency Compliance Works. The Contract entails the completion of works necessary to ensure Environment Agency compliance, and to ensure a facility at Manston Road Depot remains fit for purpose. The works include (but are not necessarily limited to): Drainage repairs and new connections; Construction of waste collection bays for skips; Pedestrian line marking; Revised site layout to ensure future redevelopment scheme is accommodated without any abortive work. The Employer will enter into a JCT Design and Build Contract 2024 with the successful Civils contractor with the experience, track record, capability and capacity to deliver the project. The project needs to be delivered by April 2026. The Contract is anticipated to commence upon November 2025, for a duration of 5 Months (with any agreed extension/s) unless terminated in accordance with the Conditions of the Contract. The contract period will exclude Public Holidays and Christmas period closures of both the Council and appointed contractor, agreed upon contract award. Important Information: All procurement documents are attached to the notice and available for suppliers to download from the Kent Business Portal (www.kentbusinessportal.org.uk) and complete according to the instructions contained. The procurement process will be undertaken on the basis of formal quotations. Evaluation will be on the basis of criteria and methodology as set out in the Invitation to Tender document. Any clarifications or questions must be submitted via the Message area of the Kent Business Portal by no later than 14.00hrs on 10 September 2025. Completed tender documents must be submitted electronically via the Kent Business Portal by no later than 14.00hrs on 19 September 2025.

Katy Reed

Published 7 hours ago
Open

Housing Capital Projects 2026-30 - Internal works to Houses

Multiple Supplier Framework to deliver the design and build aspects of the ​Internal Works to Houses and flatted properties Framework​. This involves work to renew and upgrade elements such as kitchens, bathrooms, electrical installations, joinery, partitions, floors coverings, decoration, and all associated making good. This framework is to have a duration of two years, with the potential for this to be extended by two further periods of one year, during which period a number of call-offs may be initiated. Interested parties are invited to submit completed SPDs that will allow Aberdeen City Council to select bidders to invite to the next stage. These SPD Instructions provide full details of the selection criteria applicable at this stage. Only those bidders who are short-listed as a result of the SPD evaluation process described in these instructions will be issued with an Invitation to Tender (ITT). Aberdeen City Council intends to issue an ITT up to a maximum of SIX bidders. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors, work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately GBP3-5Million of work turnover per year. The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere).

Open

Administration of the Ofgem Energy Industry Voluntary Redress Fund

Ofgem seeks to appoint a Service Provider with expertise in allocating funds to various projects within primarily charitable/non-profit organisations, and who has a deep understanding of the needs of energy consumers across Great Britain. The Service Provider will manage voluntary redress payments made to the Energy Redress Scheme and will ensure that these funds deliver the greatest positive impacts for energy consumers. This requires efficient financial management and expert assessment of funding applications.  The Service Provider must achieve the following outcomes:  Efficient financial management of voluntary redress monies, including receiving funds from energy companies, ring-fencing them as appropriate, and awarding grants to suitable Redress Recipients.  An adaptable and flexible approach to managing redress monies so as to ensure effective response to fluctuations in the amount of funds available, and possible changes to Ofgem's guidance on the allocation of redress funds. It is important to note that Ofgem reserve the right to amend this guidance, for instance to increase the numbers of organisations eligible to apply for funding. In the event of any changes, Ofgem will work closely with the Service Provider to ensure their smooth implementation before they take effect.  Identifying and assessing potential redress recipients to maintain and build on the existing portfolio of reputable recipients with strong financial track records and projects that benefit energy consumers across Great Britain. The successful management of the process by which funds are awarded and paid to grantees, including application and assessment processes Effective management of the award of funds to worthwhile projects, including awards to fuel voucher projects with a minimum award of £1 million per project. System Integration: the successful Service Provider must deliver either:  a successful integration of existing systems supporting online applications, the database of eligible applicants, and the Energy Redress website; or  a new, fit-for-purpose system that provides these services and is fully operational at the commencement of the contract.  Using knowledge of the British energy sector and consumer needs (including vulnerable and future consumers) to allocate funding that delivers value for money and benefits in line with Ofgem's Guidance (which may change from time to time) on voluntary redress funds.  Monitoring project delivery and providing regular updates to Ofgem.   Evaluating the effectiveness of allocation awards.  Providing monthly financial reports and other regular reports to Ofgem (quarterly and annual) on the impact of projects on energy consumers, ensuring funds deliver value for money and long-term benefits and assisting with enquiries related to all aspects of the operation of the fund, as and when they arise. Ensuring that there is transparency and accountability by maintaining a publicly available website dedicated to the energy redress fund, which will provide detail on funding rounds, the application process, all projects that have been awarded funds, and the annual evaluation reports.  Maintain an ethos of continuous improvement that ensures the ongoing evaluation of scheme performance against objectives, review of processes and procedures and how they can be improved to support the objective of increasing the impact of the fund.  Further information can be found in the attached ITT document.

Katy Reed

Published 11 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete