Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

UK4

PP-10183b Hornchurch Academy Trust Construction, Infrastructure, Building Works, Installations and Renewables Open Framework

  • Cyhoeddwyd gyntaf: 16 Ionawr 2026
  • Wedi'i addasu ddiwethaf: 16 Ionawr 2026
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-060719
Cyhoeddwyd gan:
Hornchurch Academy Trust
ID Awudurdod:
AA82992
Dyddiad cyhoeddi:
16 Ionawr 2026
Dyddiad Cau:
13 Chwefror 2026
Math o hysbysiad:
UK4
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This Invitation to Tender (“ITT”) has been issued by Place Group Limited as Procurement Agent of Hornchurch Academy Trust (“the Client”). You are invited by the Client to tender for a position on an Open Framework for the provision of various Construction, Infrastructure, Building Works, Installations and Renewables requirements in accordance with this ITT, including the following categories: a. Category 1; Renewablesb. Category 2: Construction and Infrastructurec. Category 3: Building Works, Installations, Repairs and Improvementsd. Category 4: Modular Buildingse. Category 5: MUGAs and Sports Facilitiesf. Category 6: Project Management and Building and Construction ConsultancyThe Open Framework will act as a scheme of frameworks that provides for the award of successive frameworks on substantially the same terms. The first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.The estimated contract value for this framework over the full potential 8-year period of the open framework is £830,000,000 excluding VAT / £996,000,000 including VAT.The framework shall include both mini-competition and direct award without further competition options for undertaking call-offs, as further detailed in the specification and tender documentation. A Framework Levy is to be paid by the Supplier, calculated as a fixed percentage of the contract value for the initial term of each Call-Off Contract (prior to any deductions and exclusive of VAT), with the applicable fixed percentage being determined by the contract value (ranging from 5% to 0.35% dependent on contract value in line with the tender documentation). The anticipated number of Suppliers to be appointed to each category can be found in the ITT documentation. Further information on the framework and its method of operation can be found in the attachments to this ITT, which can be accessed under project reference PP-10183b via the In-Tend portal at https://in-tendhost.co.uk/placegroup/

Testun llawn y rhybydd

Scope

Procurement reference

PP-10183b

Procurement description

This Invitation to Tender (“ITT”) has been issued by Place Group Limited as Procurement Agent of Hornchurch Academy Trust (“the Client”). You are invited by the Client to tender for a position on an Open Framework for the provision of various Construction, Infrastructure, Building Works, Installations and Renewables requirements in accordance with this ITT, including the following categories:

a. Category 1; Renewables

b. Category 2: Construction and Infrastructure

c. Category 3: Building Works, Installations, Repairs and Improvements

d. Category 4: Modular Buildings

e. Category 5: MUGAs and Sports Facilities

f. Category 6: Project Management and Building and Construction Consultancy

The Open Framework will act as a scheme of frameworks that provides for the award of successive frameworks on substantially the same terms. The first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

The estimated contract value for this framework over the full potential 8-year period of the open framework is £830,000,000 excluding VAT / £996,000,000 including VAT.

The framework shall include both mini-competition and direct award without further competition options for undertaking call-offs, as further detailed in the specification and tender documentation.

A Framework Levy is to be paid by the Supplier, calculated as a fixed percentage of the contract value for the initial term of each Call-Off Contract (prior to any deductions and exclusive of VAT), with the applicable fixed percentage being determined by the contract value (ranging from 5% to 0.35% dependent on contract value in line with the tender documentation).

The anticipated number of Suppliers to be appointed to each category can be found in the ITT documentation.

Further information on the framework and its method of operation can be found in the attachments to this ITT, which can be accessed under project reference PP-10183b via the In-Tend portal at https://in-tendhost.co.uk/placegroup/

Main category

Works

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Total value (estimated, excluding VAT)

830000000 GBP to 0GBP

Contract dates (estimated)

01 June 2026, 00:00AM to 31 May 2028, 23:59PM

Extension end date (if all the extensions are used): 01 June 2029

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

HORNCHURCH ACADEMY TRUST

Identification register:

  • GB-COH

Address 1: Whybridge Junior School Blacksmiths Lane

Town/City: Essex

Postcode: RM13 7AH

Country: United Kingdom

Companies House: 10760863

NUTS code: UKI52

Email: finance@hornchurchacademy.org.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Framework

Further information about fees

A Framework Levy is to be paid by the Supplier, calculated as a fixed percentage of the contract value for the initial term of each Call-Off Contract (prior to any deductions and exclusive of VAT), with the applicable fixed percentage being determined by the contract value (ranging from 5% to 0.35% dependent on contract value in line with the tender documentation).

The table of fixed percentage fees can be found as part of the tender documentation.

Percentage fee charged to suppliers

5.00%

Open framework scheme end date (estimated)

01 June 2034, 00:59AM

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

The Framework shall be open for use by the following classifications of Contracting Authority throughout all administrative regions of the UK: UK public sector bodies (and any future successors to these organisations), which include schools, academies, multi academy trusts, RBCs, DfE school buying hubs, colleges, universities, Central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies and local authorities (county, unitary, district, borough, parish, town), devolved administrations, fire service, police service, transport services, buying consortiums and charities, Schools, Academies, Academy Trusts, RBCs, school buying hubs, colleges, universities, central government departments and agencies, non-departmental public bodies, NHS bodies and local authorities, devolved administrations, fire service, police service, buying consortiums and charities.

Full details are included in the tendering documentation.

Framework operation description

This framework contract will be accessed by two means of award – Mini-Competition and Direct Award without Further Competition. Both Mini Competition and Direct Award without Further Competition may be utilised against any available Category.

Customers may use conditions of participation for selection for Call-Off Contracts under the framework where permitted within the Procurement Act 2023.

The full conditions for mini-competition and direct award, and pricing models to be utilised can be found in the specification as part of the tender documentation.

Lots

Divided into 6 lots

Category 1: Renewables

Lot number: 1

Description

The Renewables category shall cover provision of all works, services and consultancy relating to renewables and Net Zero Customer requirements, including but not limited to analysis, strategy, design, supply, installation and management of renewables including LED Lighting, Solar Panels, Heat Pumps, Electric Vehicle Chargers, energy storage technologies, retrofitting and other products, services, technologies, installations and works relating to reducing carbon emissions and meeting Customers’ Net Zero targets and goals.

CPV classifications

  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09330000 - Solar energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 31500000 - Lighting equipment and electric lamps
  • 31440000 - Batteries
  • 38551000 - Energy meters
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31158000 - Chargers
  • 90700000 - Environmental services

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Category 2: Construction and Infrastructure

Lot number: 2

Description

The Construction and Infrastructure category shall cover all forms of construction works and demolition works for the public sector, for all buildings and infrastructure, as well as works required to maintain and improve infrastructure such as highways works, pipeline and cabling works, and all other construction and public sector infrastructure requirements.

CPV classifications

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 71500000 - Construction-related services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45110000 - Building demolition and wrecking work and earthmoving work

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Category 3: Building Works, Installations, Repairs and Improvements

Lot number: 3

Description

The Building Works, Installations, Repairs and Improvements category shall cover all forms of building works, building installations, repairs, maintenance works, electrical works, refurbishments, installations, retrofitting and building improvement works to the physical structures, facilities and installations at Customer sites.

CPV classifications

  • 45453100 - Refurbishment work
  • 44220000 - Builders' joinery
  • 44230000 - Builders' carpentry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45343000 - Fire-prevention installation works
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 51000000 - Installation services (except software)
  • 71300000 - Engineering services
  • 71314100 - Electrical services
  • 71314310 - Heating engineering services for buildings
  • 71315000 - Building services
  • 71315100 - Building-fabric consultancy services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 75251110 - Fire-prevention services
  • 79931000 - Interior decorating services
  • 79932000 - Interior design services
  • 98395000 - Locksmith services

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Category 4: Modular Buildings

Lot number: 4

Description

The Modular Buildings category shall cover design, supply, delivery, establishment, implementation and commissioning of all forms of modular, prefabricated and temporary buildings and structures required by Customers under the Framework, as well as modification, development or removal of modular buildings.

CPV classifications

  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44400000 - Miscellaneous fabricated products and related items
  • 79933000 - Design support services

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Category 5: MUGAs and Sports Facilities

Lot number: 5

Description

The MUGAs and Sports Facilities Category shall cover design, supply, installation, maintenance and repair of Multi-Use Games Areas and Sports Pitches and Facilities to Customers.

CPV classifications

  • 45212200 - Construction work for sports facilities
  • 77320000 - Sports fields maintenance services
  • 45112720 - Landscaping work for sports grounds and recreational areas

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Category 6: Project Management and Building and Construction Consultancy

Lot number: 6

Description

The Project Management and Building and Construction Consultancy Category shall cover provision of the range of construction and building works consultancy and project management services to Customers, including provision of full design teams for construction projects, covering project management, principal designers, architects, quantify surveyors, structural engineers and Mechanical and Electrical engineers, as well as consultancy and advice across each of these areas, as well as consultancy and advice for building design, fabric and accessibility.

CPV classifications

  • 71530000 - Construction consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71520000 - Construction supervision services
  • 71540000 - Construction management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 73000000 - Research and development services and related consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79421000 - Project-management services other than for construction work
  • 79421200 - Project-design services other than for construction work
  • 90700000 - Environmental services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services

Delivery regions

  • UKC - North East (England)
  • UKC1 - Tees Valley and Durham
  • UKC2 - Northumberland and Tyne and Wear
  • UKD - North West (England)
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKE - Yorkshire and the Humber
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
  • UKF - East Midlands (England)
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKG - West Midlands (England)
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKH - East of England
  • UKH1 - East Anglia
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ - South East (England)
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UK - United Kingdom

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

01 June 2029, 00:59AM

Can the contract be extended?

Yes

Description of extensions

The extension date is to the maximum length of the first framework in the Open Framework scheme in accordance with the Procurement Act if the open framework was not re-opened after 2 years or if the reopening becomes delayed. However, the intention is that the first framework shall be for a period of 2 years, with each successive framework being for a period of 3 years, with the final framework expiring at the end of the period of eight years beginning with the day on which the first framework under the scheme is awarded.

Participation

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Conditions

Economic

Conditions of participation

As detailed in Part A of the ITT documentation, and in the supplier response form.

Award criteria

Weighting description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Type: price

Name

Simple description

Description

80% Quality, 20% Price. Full details of the award criteria and sub-criteria can be found in the tender documentation.

Contract terms and risks

Payment terms

As per the framework and call-off contract terms within the tendering documentation.

Description of risks to contract performance

Please see section 7 of Part A of the tender documentation for details of contract risks and dependencies.

Submission

Documents

Tender submission deadline

13 February 2026, 12:00PM

Enquiry deadline

02 February 2026, 17:00PM

Date of award of contract

27 April 2026, 23:59PM

Submission address and any special instructions

Tender responses, and all clarifications and correspondence, must be submitted using In-tend portal through which the procurement will be managed, under project reference PP-10183a: https://in-tendhost.co.uk/placegroup

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Tender submission deadline

13 February 2026, 12:00PM

Enquiry deadline

02 February 2026, 17:00PM

Date of award of contract

27 April 2026, 23:59PM

Submission address and any special instructions

Tender responses, and all clarifications and correspondence, must be submitted using In-tend portal through which the procurement will be managed, under project reference PP-10183a: https://in-tendhost.co.uk/placegroup

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

ID

L-1

Document type

Bidding documents

Description

Tender documentation and all correspondence will be managed via the InTend portal under project reference PP-10183a. Please register on the portal and express interest in the project to access the tender documentation.

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44211100 Adeiladau modiwlaidd a chludadwy Adeiladau parod
44211000 Adeiladau parod Strwythurau a chydrannau strwythurau
31440000 Batris Cronaduron, celloedd cynradd a batris cynradd
31500000 Cyfarpar goleuo a lampau trydan Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
09332000 Cyfarpar solar Ynni solar
44400000 Cynhyrchion gwneuthuredig amrywiol ac eitemau cysylltiedig Strwythurau a deunyddiau adeiladu; cynhyrchion ategol ar gyfer adeiladu (ac eithrio cyfarpar trydanol)
45451000 Gwaith addurno Math arall o waith cwblhau adeilad
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45212200 Gwaith adeiladu ar gyfer cyfleusterau chwaraeon Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig â hamdden, chwaraeon, diwylliant, tai llety a bwytai
45453100 Gwaith adnewyddu Gwaith atgyweirio ac ailwampio
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
44220000 Gwaith asiedydd adeiladwyr Cynhyrchion strwythurol
45453000 Gwaith atgyweirio ac ailwampio Math arall o waith cwblhau adeilad
45400000 Gwaith cwblhau adeiladau Gwaith adeiladu
45110000 Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd Gwaith paratoi safleoedd
45430000 Gwaith gorchuddio lloriau a waliau Gwaith cwblhau adeiladau
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45420000 Gwaith gosod gwaith asiedydd a saer Gwaith cwblhau adeiladau
45343000 Gwaith gosod mesurau atal tân Gwaith gosod ffensys, rheiliau a chyfarpar diogelwch
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45440000 Gwaith paentio a gwydro Gwaith cwblhau adeiladau
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45410000 Gwaith plastro Gwaith cwblhau adeiladau
44230000 Gwaith saer adeiladwyr Cynhyrchion strwythurol
45112720 Gwaith tirlunio ar gyfer meysydd chwaraeon ac ardaloedd hamdden Gwaith cloddio a symud pridd
45260000 Gwaith toi a chrefftau adeiladu arbennig eraill Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
79931000 Gwasanaethau addurno mewnol Gwasanaethau dylunio arbenigol
71326000 Gwasanaethau adeiladau ategol Gwasanaethau dylunio peirianneg
71315000 Gwasanaethau adeiladu Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
90700000 Gwasanaethau amgylcheddol Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
71315400 Gwasanaethau archwilio adeiladau Gwasanaethau adeiladu
71315300 Gwasanaethau arolygu adeiladau Gwasanaethau adeiladu
75251110 Gwasanaethau atal tân Gwasanaethau brigâd dân
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw
79933000 Gwasanaethau cymorth dylunio Gwasanaethau dylunio arbenigol
71318000 Gwasanaethau cynghori ac ymgynghori ar beirianneg Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
77320000 Gwasanaethau cynnal a chadw caeau chwarae Gwasanaethau garddwriaethol
79932000 Gwasanaethau dylunio mewnol Gwasanaethau dylunio arbenigol
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71321000 Gwasanaethau dylunio peirianneg ar gyfer gwaith gosod mecanyddol a thrydanol ar gyfer adeiladau Gwasanaethau dylunio peirianneg
79421200 Gwasanaethau dylunio prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu
71520000 Gwasanaethau goruchwylio adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
51000000 Gwasanaethau gosod (heblaw meddalwedd) Gwasanaethau eraill
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71330000 Gwasanaethau peirianneg amrywiol Gwasanaethau peirianneg
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
71314310 Gwasanaethau peirianneg gwresogi ar gyfer adeiladau Ynni a gwasanaethau cysylltiedig
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71540000 Gwasanaethau rheoli adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
79421000 Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau sy’n gysylltiedig â rheoli
71314200 Gwasanaethau rheoli ynni Ynni a gwasanaethau cysylltiedig
98395000 Gwasanaethau saer cloeon Gwasanaethau eraill
71314100 Gwasanaethau trydanol Ynni a gwasanaethau cysylltiedig
73000000 Gwasanaethau ymchwil a datblygu a gwasanaethau ymgynghori cysylltiedig Ymchwil a Datblygu
71315200 Gwasanaethau ymgynghori ar adeiladau Gwasanaethau adeiladu
71530000 Gwasanaethau ymgynghori ar adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
71315100 Gwasanaethau ymgynghori ar adeiladwaith adeiladau Gwasanaethau adeiladu
71313000 Gwasanaethau ymgynghori ar beirianneg amgylcheddol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71312000 Gwasanaethau ymgynghori ar beirianneg strwythurol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71317100 Gwasanaethau ymgynghori ar ddiogelu rhag tân a ffrwydradau a’u rheoli Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
71314300 Gwasanaethau ymgynghori ar effeithlonrwydd ynni Ynni a gwasanaethau cysylltiedig
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
71800000 Gwasanaethau ymgynghori ar gyfer ymgynghoriaeth cyflenwad dwr a gwastraff Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71311300 Gwasanaethau ymgynghori ar waith seilwaith Gwasanaethau ymgynghori ar beirianneg sifil
31158000 Gwefrwyr Balast ar gyfer lampau dadwefru
45450000 Math arall o waith cwblhau adeilad Gwaith cwblhau adeiladau
38551000 Mesuryddion ynni Mesuryddion
09331000 Paneli solar Ynni solar
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer
71314000 Ynni a gwasanaethau cysylltiedig Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
09330000 Ynni solar Ynni trydan, gwres, solar a niwclear
09300000 Ynni trydan, gwres, solar a niwclear Cynhyrchion petrolewm, tanwydd, trydan a ffynonellau ynni eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
N/a
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.