Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

SBC 1224 Housing Responsive Maintenance and Void Property Works

  • First published: 04 November 2025
  • Last modified: 04 November 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04c5bf
Published by:
Stevenage Borough Council
Authority ID:
AA22366
Publication date:
04 November 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking suitable Suppliers for The Provision of Housing Responsive Maintenance and Voids Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25/03/2025 for the non-Section 20 Lots and 25/04/2025 for the Section 20 LotsThe proposed lots are as follows Lot 1: Voids (Non-S20)Lot 2: Disrepair (S20)Lot 3: Repairs (S20)Lot 4: Damp and Mould (S20)Lot 5: Windows and Doors (S20)Lot 6: Roofing (S20)Lot 7: Drainage (S20)Lot 8: Out Of Hours General (Non-S20)Lot 9: Out Of Hours Electrical (Non-S20)The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Stevenage Borough Council

Daneshill House, Danestrete

Stevenage

SG1 1HN

UK

Contact person: Corporate Procurement

Telephone: +44 1438242775

E-mail: procurement@stevenage.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.stevenage.gov.uk

Address of the buyer profile: www.stevenage.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SBC 1224 Housing Responsive Maintenance and Void Property Works

Reference number: CCD01491

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking suitable Suppliers for The Provision of Housing Responsive Maintenance and Voids Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25/03/2025 for the non-Section 20 Lots and 25/04/2025 for the Section 20 LotsThe proposed lots are as follows Lot 1: Voids (Non-S20)Lot 2: Disrepair (S20)Lot 3: Repairs (S20)Lot 4: Damp and Mould (S20)Lot 5: Windows and Doors (S20)Lot 6: Roofing (S20)Lot 7: Drainage (S20)Lot 8: Out Of Hours General (Non-S20)Lot 9: Out Of Hours Electrical (Non-S20)The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 25 055 232.45  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Voids

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope:• Lot 1: Voids (Non-Section 20): To provide the full range of internal refurbishment and associated repairs previously identified as being required in order to return temporarily empty properties (otherwise known as ‘Voids’) to a suitable letting standard. To further undertake refurbishment and repairs previously identified as being required to external fixtures. Any wholesale replacement of elements (Major Component Renewals) will generally be covered by existing planned maintenance contracts however they will be required under this contract if it is deemed necessary by the client for these works to be carried out to the property whilst at the void stage. Major Component Renewals will relate to kitchen and bathrooms and associated works. These works will be classified as a ‘Major Void’ for timescale purposes and will incorporate Major Component Renewal rates.It is the council’s intention to transition a significant portion of this work in-house beginning in the second year of the contract. This approach reflects the council's commitment to developing internal capacity, enhancing control over quality, and optimising long-term value for money. The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 2

II.2.1) Title

Disrepair

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope:• Lot 2: Disrepair (Section 20): Surveyor and Contractors will begin by conducting a thorough inspection of the property to identify all areas of disrepair, including structural deficiencies, plumbing issues, electrical faults, and damage to fixtures. Upon assessment, immediate repairs should be prioritised, starting with structural reinforcements where needed, and addressing any leaks in plumbing or roofing to prevent further damage. Contractors must follow specified works program and replace or repair any broken fixtures. Additionally, any compromised electrical wiring should be replaced by qualified electricians to guarantee safety and compliance with regulations. After addressing these critical repairs, contractors should focus on aesthetic improvements, including drywall replacement, painting, and flooring restoration, using high-quality materials to enhance durability. Finally, it is essential to document all repairs and provide recommendations for regular maintenance to prevent future disrepair issues, ensuring the property remains safe and functional for tenants.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 3

II.2.1) Title

Repair

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope: • Lot 3: Repairs (Section 20): To provide the full range of minor maintenance and fair wear and tear repairs to internal and external areas of occupied domestic properties and shared access and egress areas of communal properties. To further include maintenance and general day-to-day repairs to internal and external areas around communal properties. Work types included but not limited to, would be plumbing, carpentry, tiling, plastering.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 4

II.2.1) Title

Damp and Mould

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope:• Lot 4: Damp and Mould (Section 20): Contractors are expected to conduct a comprehensive assessment of the affected areas to identify the sources of damp and mould, such as leaks, poor drainage, or inadequate ventilation. Upon confirmation of the issues, the first step is to address any structural repairs, including fixing leaks in plumbing, roofs, or walls, and ensuring proper drainage around the property. Contaminated materials, such as damaged plaster, flooring, or furnishings, must be safely removed and disposed of according to health and safety regulations. Following this, contractors should apply appropriate damp-proofing solutions, such as chemical treatments or the installation of damp-proof membranes, to prevent moisture ingress. Repairs to affected surfaces should include re-plastering with moisture-resistant materials, repainting with anti-mould paint. Finally, contractors must ensure that ventilation systems are assessed and improved, potentially adding vents or extractor fans to promote air circulation and mitigate future damp and mould issues.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 5

II.2.1) Title

Windows and Doors

II.2.2) Additional CPV code(s)

45450000

50000000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope• Lot 5: Windows and Doors (Section 20): To undertake the full range of glazing repairs and renewals to single, double and Georgian wired glazing in domestic properties, and the windows and doors of communal properties. To further include the full replacement of windows/doors as directed. Works will include windows at height as necessary.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 6

II.2.1) Title

Roofing

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope: • Lot 6: Roofing (Section 20): To undertake the full range of repairs and renewals to all types of flat and pitched roofing structures, including temporary emergency repairs as deemed necessary. To further undertake a full repair and renewal service to chimneys of all types of construction. This service will be provided to roofs of residential and communal properties plus garages.To provide a full scaffolding erection, maintenance, and strike service for residential and communal properties of all descriptionsThe Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 7

II.2.1) Title

Drainage

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope: • Lot 7: Drainage (Section 20): To undertake the full range of repairs and renewals to all types of external underground water drainage structures and systems, including restitution of all earthworks and the surrounding landscape. To further include works to repair, maintain, and where required install drainage structures such as soakaways. This service will be provided to both domestic properties and communal areas.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 8

II.2.1) Title

Out Of Hours General

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope:• Lot 8: Out Of Hours General (Non-Section 20): The Out of Hours (OOH) is designed to address urgent repair needs that arise outside of regular working hours 08:00hrs - 16:00hrs ensuring the safety and well-being of residents. This service focuses on providing immediate solutions for critical issues such as leaks, heating failures, or security breaches, which, if left unattended, could pose risks to property and tenant safety. To assess situations quickly and implement temporary fixes to mitigate further damage until more comprehensive repairs can be conducted during standard operating hours. By prioritising swift response times and effective communication, the OOH Service aims to enhance tenant satisfaction and maintain the integrity of social housing propertiesThe Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts) The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed. The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Lot No: 9

II.2.1) Title

Out Of Hours Electrical

II.2.2) Additional CPV code(s)

50000000

45450000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Housing Responsive Maintenance and Void Property Works via a tender with multiple lots. It is anticipated that the contracts will commence on 25th March 2025 for the non-Section 20 Lots and 25th April 2025 for the Section 20 LotsScope: • Lot 9: Out Of Hours Electrical (Non-Section 20): The Out of Hours (OOH) service will help with urgent electrical issues that happen outside of regular working hours (08:00hrs - 16:00hrs), keeping residents safe and comfortable. This service quickly addresses critical problems like power outages, heating issues, or security system failures, which can put tenants at risk if not fixed right away. The expectation is for Electrical engineers to respond promptly to assess the situation and make temporary repairs to prevent further damage until permanent fixes can be done during regular hours. By focusing on quick responses and clear communication, the OOH service aims to improve tenant satisfaction and ensure that electrical systems in social housing remain reliable and safe.The Client intends to enter into a single Contract for each lot (with the exception of Voids which will be two contracts)The estimated total value of the (combined lots of) Contract is stated in II.1.5) of this notice and is for the term 3 years plus up to a further 2 years. There will be no form of exclusivity or volume that is guaranteed under the Contract Agreement. The contract values may flex appropriately as required by the Council to suit the Council’s need for support during the term. The scope of work for each lot will cover a range of building and maintenance trades to complete high quality repairs to Council owned domestic properties as normally carried out by the in-house Repairs and Voids teams. The council reserves the right to carry out in house any repair type/trade that is the same or similar to the works being done under the contracts if it feels it will generate better value for community it serves and as such this is likely to reduce the level of external contractor support needed.The Contracts will be let on an "all-inclusive" basis incorporating the National Housing Federation Schedule of Rates.

II.2.5) Award criteria

Quality criterion: Quality/Social Value / Weighting: 40%/10%

Price / Weighting:  50%

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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 000-039642

Section V: Award of contract

Lot No: 1

Contract No: CCD01491/L1

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 2

Contract No: CCD01491/L2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/07/2025

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PiLon Ltd

Bracknell

RG12 1LP

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 4 102 800.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: CCD01491/L3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/07/2025

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Topcoat Construction Ltd

Romford

RM3 8SB

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 125 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: CCD01491/L4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/07/2025

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Principle Construction and Maintenance Ltd

March

PE15 0AZ

UK

NUTS: UKH12

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 454 119.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: CCD01491/L5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/07/2025

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

N&P Windows Ltd

Shefford

SG17 5JU

UK

NUTS: UKH25

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 141 943.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: CCD01491/L6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/07/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Specialised Group Ltd

Liverpool

L14 9ER

UK

NUTS: UKD72

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 897 692.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: CCD01491/L7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2025

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Dalrod (UK) Ltd

Peterborough

PE2 7WH

UK

NUTS: UKH11

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 897 692.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: CCD01491/L8

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/07/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CBM Group Ltd

Welwyn Garden City

AL7 1AU

UK

NUTS: UKH23

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 543 681.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Contract No: CCD01491/L9

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/07/2025

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CBM Group Ltd

Welwyn Garden City

AL7 1AU

UK

NUTS: UKH23

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 127 304.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court England & Wales

London

UK

VI.4.2) Body responsible for mediation procedures

High Court England and Wales

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.4.4) Service from which information about the review procedure may be obtained

High Court England and Wales

London

UK

VI.5) Date of dispatch of this notice

03/11/2025

Coding

Commodity categories

ID Title Parent category
45450000 Other building completion work Building completion work
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@stevenage.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.