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

Procurement of a Contractor for Housing Repairs and Maintenance Works and Services Contract

  • First published: 09 September 2025
  • Last modified: 09 September 2025
  • 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-0486ee
Published by:
Milton Keynes City Council
Authority ID:
AA83174
Publication date:
09 September 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Milton Keynes City Council (the 'Authority') invites expression of interest from suitably qualified and experienced organisations in relation to its contract for housing repairs and maintenance works and services (the Contract). The Contract is to deliver a programme of both planned and reactive repairs and maintenance works across its housing stock which is made up of various residential blocks of flats, houses, maisonettes, bungalows, garages and travellers sites. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

UK

Telephone: +44 1908691691

E-mail: corporateprocurement@milton-keynes.gov.uk

NUTS: UKJ12

Internet address(es)

Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home

Address of the buyer profile: https://www.milton-keynes.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

Procurement of a Contractor for Housing Repairs and Maintenance Works and Services Contract

Reference number: 2023-185

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Milton Keynes City Council (the 'Authority') invites expression of interest from suitably qualified and experienced organisations in relation to its contract for housing repairs and maintenance works and services (the Contract). The Contract is to deliver a programme of both planned and reactive repairs and maintenance works across its housing stock which is made up of various residential blocks of flats, houses, maisonettes, bungalows, garages and travellers sites. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 475 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45300000

50800000

50750000

44221000

45421111

44115600

50712000

50413200

39190000

45421110

44221100

90922000

44112200

45421140

39141400

39715210

50000000

45421130

45311100

45421151

44480000

45421132

45421131

45421120

90650000

45342000

50711000

50720000

45211310

45421112

71315300

45430000

50710000

45421100

50700000

45420000

45262660

51000000

39141000

II.2.3) Place of performance

NUTS code:

UKJ12


Main site or place of performance:

II.2.4) Description of the procurement

The procurement is for the Authority's contract for Housing Repairs and Maintenance works and services (R&M Works and Services). The Authority is seeking a single contract to deliver a programme of both planned and reactive repairs and maintenance works across its housing stock which is made up of various residential blocks of flats, houses, maisonettes, bungalows, garages and travellers sites. The Authority is conducting this procurement through the competitive procedure with negotiation in accordance with Regulation 29 of the Public Contracts Regulations 2015 (as amended) (‘PCR’) and will be carrying out the procurement procedure in successive stage. Further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire which uses the Common Assessment Standard (the CAS Questionnaire or CQ) in accordance with the instructions set out in the procurement documents. The Authority’s needs and requirements for the Contract are included in the procurement documents published with this notice. This procurement is undertaken pursuant to the competitive procedure with negotiation using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/ This procurement shall take place in successive stages as referenced in Regulation 29(19) of the PCR. Following submission of the completed CQs, the Authority will apply the selection criteria, as set out in the procurement documents. Based upon the selection criteria set out in the CQ, the Authority intends to shortlist and invite the top four (4) scoring economic operators to progress from the selection stage to the invitation to participate in negotiation and submission of initial tender stage provided there are sufficient economic operators that submit and pass the selection stage. Each of the economic operators shortlisted at the selection stage will be invited to submit initial tenders. Following the evaluation of the initial tenders, in accordance with the evaluation methodology set out in the procurement documents, the Authority will, either make an award based on the initial tenders or, as is the Authority’s current intention, invite the economic operators to participate in negotiation. Following conclusion of the negotiation the Authority shall invite the economic operators to submit final tenders. The final tenders shall be evaluated in accordance with the evaluation methodology set out in the procurement documentation and the Authority shall make an award accordingly. The Authority reserves the right to add stages or revise this process and/or to discontinue all or part of this procurement process at any stage at any time and not to award a contract for some or all of the R&M Works and Services for which responses are invited for any reason.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60%

Price / Weighting:  40%

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

The Contract Period will be for a term of 5 (five) years commencing on 05 August 2025 with an option for the Authority to extend the Contract Period for a further period of 5 (five) years on not less than 6 (six) months prior written notice to the Contractor prior to the end of the initial Contract Period.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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 000-024203

Section V: Award of contract

Contract No: 2023-185

Title: Housing Repairs and Maintenance Works and Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2025

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 2

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

Mears Limited

2519234

1390, Montpellier Court Gloucester Business Park Brockworth

Gloucestershire

GL3 4AH

UK

NUTS: UK

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: : 475 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: 10 000 000.00 GBP

Short description of the part of the contract to be subcontracted:

Some elements of the contract are subcontracted however it is difficult to estimate value as the spend is dependent on investment demand for capital and insurance works and is dictated by surveys and inspections. And revenue works are demand driven.

Section VI: Complementary information

VI.3) Additional information

The total contract award value provided in Section V.2.4 is the maximum contract value for the whole term of contract (including contingency and extensions). The spend under the contract will be affected by the volume of capital works.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

08/09/2025

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45300000 Building installation work Construction work
71315300 Building surveying services Building services
39715210 Central-heating equipment Water heaters and heating for buildings; plumbing equipment
45311100 Electrical wiring work Electrical wiring and fitting work
45342000 Erection of fencing Fencing, railing and safety equipment installation work
39141400 Fitted kitchens Kitchen furniture and equipment
45430000 Floor and wall covering work Building completion work
44112200 Floor coverings Miscellaneous building structures
45421110 Installation of door and window frames Joinery work
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45421140 Installation of metal joinery except doors and windows Joinery work
45421120 Installation of thresholds Joinery work
45421112 Installation of window frames Joinery work
45421132 Installation of windows Joinery work
51000000 Installation services (except software) Other Services
45420000 Joinery and carpentry installation work Building completion work
39141000 Kitchen furniture and equipment Domestic furniture
50750000 Lift-maintenance services Repair and maintenance services of building installations
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
90922000 Pest-control services Facility related sanitation services
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
44115600 Stairlifts Building fittings
39190000 Wallpaper and other coverings Furniture
44221100 Windows Windows, doors and related items
44221000 Windows, doors and related items Builders joinery

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:
corporateprocurement@milton-keynes.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.