Changeflow GovPing Trade & Sanctions Housing Repairs 2027 - LBHF - £142.2M - Deadlin...
Routine Notice Added Final

Housing Repairs 2027 - LBHF - £142.2M - Deadline 15th May

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published
Detected
Email

Summary

The London Borough of Hammersmith and Fulham (LBHF) has published a tender notice for housing repairs services valued at £142.2 million across 7 Lots. The procurement covers responsive repairs, void works, disrepair, damp and mould, drainage, and planned preventative maintenance across the borough. Bids must be submitted by 15th May 2026 under the Competitive Flexible Procedure pursuant to the Procurement Act 2023.

Published by LBHF on find-tender.service.gov.uk . Detected, standardized, and enriched by GovPing. Review our methodology and editorial standards .

What changed

LBHF has issued a tender notice for housing repairs services under the Procurement Act 2023 using the Competitive Flexible Procedure. The procurement covers 7 Lots across the borough including repairs and voids (North/Central and South), disrepair and complex works, damp and mould remediation, and drainage planned preventative maintenance. The contract period is 3 years with potential extensions up to a maximum of 6 years total.

Construction firms and service providers interested in housing maintenance contracts should assess which Lots align with their capabilities and capacity. The notice includes reserve contractor provisions to ensure service continuity. Suppliers participate at their own risk with no guarantee of contract award stated in the notice.

Archived snapshot

Apr 21, 2026

GovPing captured this document from the original source. If the source has since changed or been removed, this is the text as it existed at that time.

Tender

Housing Repairs 2027

Notice identifier: 2026/S 000-035843

Procurement identifier (OCID): ocds-h6vhtk-051b5c (view related notices)

Published 20 April 2026, 7:06pm

Watch this notice

Contents

Scope Lots (4)
- Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)
- Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)
- Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)
- Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)
Participation Submission Award criteria Other information Procedure Documents Contracting authority

Download

Share this notice

-

- Email

Print this notice Report concerns about this procurement

Scope

Description

The long-term improvement of the Council housing repairs service is dependent on the Council entering into the Contracts with the successful Potential Suppliers by Monday, 1st March 2027 with mobilisation to be completed by Monday, 2nd August 2027 to enable the commencement of the provision of the services on that date.

The successful Potential Suppliers across the 7 Lots will be required to support the Council in meeting its key objectives which are threefold:

  1. To continue the recovery of responsive repairs, void works, disrepair and damp & mould services, as well as improvements to the customer journey of the Council’s residents and offer long-term stability to the Council’s repairs supply chain over a period of 6 (six) years.

  2. To control the costs of the service through the application of the Contracts.

  3. To build upon improvement in performance achieved to date within the repairs service and enhance the resilience of repairs delivery across the 7 Lots.

The Council’s detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents (Volume 2: Preliminaries (Specification)) relevant to the specific Lot, which can be accessed on the Council’s eProcurement Portal, and applicable details across all other documents which form the Procurement Document Suite.

In summary, the successful Potential Suppliers will cover the services currently being delivered by the contracts described in Section 1 of the ITT. The only addition is planned preventative maintenance. Across the Lots, the scope of the services being procured includes the following:

  1. Emergency callouts and repairs;

  2. Day to day repairs to internal properties;

  3. Communal repairs (excluding Mechanical and Electrical);

  4. Community Hall repairs;

  5. Planned preventative maintenance and ad hoc ‘lifecycle’ renewals (i.e., excluding major works included in the capital programme) for:

a. Gutter clearance;

b. Drainage works;

c. Kitchen replacements;

d. Bathroom replacements;

e. Window replacements;

f. Roofing renewals;

g. Damp and mould improvement work;

h. Decorating; and

i. Energy Performance Certificate (EPC) surveys (during a repair and/or void works).

  1. Voids;

  2. Disrepair;

  3. Damp and mould;

  4. Specialist ventilation;

  5. Scaffolding; and

  6. Roofing

The Council is conducting this procurement using the Competitive Flexible Procedure under the Procurement Act 2023 (UKPGA 2023/54) to identify the successful Potential Supplier(s) for the Supplies, Services, and/or Works.

No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works.

Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process.

To secure the long-term improvement of its repairs service, the Council is seeking to procure 7 contracts across 7 Lots as set out in Table A of this document. Potential Suppliers should note that the requirements under Lot 1: Repairs (North) will be carried out by the Council’s DLO and will not be procured.

The Lots cover the various workstream demands within the Council’s housing repair service.

Reserve Contractors

To ensure capacity and flexibility across the Services, for some Lots, the Council requires Potential Suppliers to act as a Reserve Contractor in another Lot or Lots as detailed in Table A, of the ITT. A successful Potential Supplier will be instructed as a Reserve Contractor to carry out an Order in another Lot when the Potential Supplier awarded a Lot fails to deliver to the Minimum Level of Acceptable Performance, (MLAP) as set out in Schedule 3 of the Contract. The Reserve Contractors for each Lot are set out in Table A, of the ITT.

This is in order to reduce the risk of service failure and provide contract opportunities to the market for both Small and Medium-sized Enterprises (SMEs) and larger suppliers. This approach will also allow the Council’s DLO to deliver internal responsive repairs, therefore ensuring that there is a mixed approach to delivering repairs across London Borough of Hammersmith and Fulham (LBHF).

The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable.

The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

The anticipated value of the Contract(s) for each Lot is included later in this notice. Potential Suppliers should note that the values are indicative only and that the Indicative Total Contract Values include the value of the Contract(s) should they be extended by the Council for the maximum period of 36 months.

For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contract(s) should the successful Supplier(s) subsequently find that their submitted solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works.

Lots 1, 2, and 3 includes a requirement for the successful Potential Supplier(s) to undertake improvement works, providing the funding is available to the Housing Revenue Account (HRA). The funding is not guaranteed and will include match funding as provided by the government which could vary to a limit of £10,000,000 (ten million pounds): (£5,000,00 (five million pounds) grant funding + £5,000,000 (five million pounds) HRA) per Lot.

Total value (estimated)

  • £118,500,000 excluding VAT
  • £142,200,000 including VAT Above the relevant threshold

Contract dates (estimated)

  • 2 August 2027 to 1 August 2030
  • Possible extension to 1 August 2033
  • 6 years Description of possible extension:

The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

Options

The right to additional purchases while the contract is valid.

The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded.

Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification.

For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54).

Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise.

Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5

Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

Main procurement category

Works

CPV classifications

Construction work

Repair and maintenance services

Contract locations

  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Description

Housing Repairs 2027 - Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot value (estimated)

  • £66,743,316 excluding VAT
  • £80,091,979.20 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Description

Housing Repairs 2027 - Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Lot value (estimated)

  • £23,820,000 excluding VAT
  • £28,584,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Description

Housing Repairs 2027 - Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot value (estimated)

  • £24,336,684 excluding VAT
  • £29,204,020.80 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

Description

Housing Repairs 2027 - Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

Lot value (estimated)

  • £3,600,000 excluding VAT
  • £4,320,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.

Participation

Legal and financial capacity conditions of participation

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier’s legal and financial capacity and/or their technical ability to perform the Contract(s).

Technical ability conditions of participation

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier’s legal and financial capacity and/or their technical ability to perform the Contract(s).

Particular suitability

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

Small and medium-sized enterprises (SME)

Submission

Enquiry deadline

1 May 2026, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

15 May 2026, 12:00pm

Submission address and any special instructions

Suppliers are requested to register on our tender portal to access the tender. https://www.capitalesourcing.com

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

Maximum 5 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

1 March 2027

Recurring procurement

Publication date of next tender notice (estimated): 28 February 2031

Award criteria

Lot 1. Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)

Lot 3. Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)

Lot 4. Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

Name Description Type Weighting
Technical (Quality) Envelope - Method Statements and Added Value Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings. Quality 50%
Commercial (Price) Envelope Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings. Price 50%

Lot 2. Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)

Name Description Type Weighting
Technical (Quality) Envelope - Method Statements and Added Value Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.

System Weighting Display Limitation – Potential Suppliers are advised that the Council’s eProcurement...

Show full description | Quality | 50% |
| Commercial (Price) Envelope | Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.

System Weighting Display Limitation – Potential Suppliers are advised that the Council’s eProcurement...

Show full description | Price | 50% |

Other information

Description of risks to contract performance

The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded.

Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification.

For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54).

Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise.

Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5

Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

Conflicts assessment prepared/revised

Yes

Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Competitive Flexible Procedure is intended to follow the 3 (three) stages below, which are set out in further detail in the Invitation To Tender (ITT) document published as part of this procurement process.

STAGE 1: INVITATION TO PARTICIPATE: Procurement Specific Questionnaire (PSQ), incorporating the Common Assessment Standard (CAS) and Conditions of Participation (CoP) Responses, (the “PSQ”), used to shortlist suppliers.

STAGE 2: INITIAL PROCUREMENT RESPONSE: Submission of initial Technical (Quality) and Commercial (Price) Responses, followed, at the discretion of London Borough of Hammersmith and Fulham Council (the “Council”), by negotiation.

STAGE 3: FINAL PROCUREMENT RESPONSE: Submission of final Technical (Quality) and Commercial (Price) Responses (as required)

Documents

Documents to be provided after the tender notice

council's eProcuring portal (capitalEsourcing)

Contracting authority

London Borough of Hammersmith and Fuham (LBHF)

  • Public Procurement Organisation Number: PHTW-6333-BQGD Town Hall, King Street

London

W6 9JU

United Kingdom

Email: procurement@lbhf.gov.uk

Website: https://www.capitalesourcing.com

Region: UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Organisation type: Public authority - sub-central government

Get daily alerts for Find a Tender - Latest Notices

Daily digest delivered to your inbox.

Free. Unsubscribe anytime.

About this page

What is GovPing?

Every important government, regulator, and court update from around the world. One place. Real-time. Free. Our mission

What's from the agency?

Source document text, dates, docket IDs, and authority are extracted directly from LBHF.

What's AI-generated?

The summary, classification, recommended actions, deadlines, and penalty information are AI-generated from the original text and may contain errors. Always verify against the source document.

Last updated

Classification

Agency
LBHF
Published
April 20th, 2026
Compliance deadline
May 15th, 2026 (24 days)
Instrument
Notice
Branch
Executive
Legal weight
Non-binding
Stage
Final
Change scope
Minor

Who this affects

Applies to
Construction firms Manufacturers
Industry sector
9211 Government & Public Administration
Activity scope
Public procurement Housing maintenance Construction services
Geographic scope
United Kingdom GB

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Topics
Housing Real Estate

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Free. Unsubscribe anytime.

You're subscribed!