Award

Waltham Forest Housing Association INVITATION TO TENDER FOR PLANNED WORKS AND RESPONSIVE REPAIRS

WALTHAM FOREST HOUSING ASSOCIATION

This public procurement record has 5 releases in its history.

Award

07 Jul 2025 at 08:11

Award

24 Jun 2025 at 10:26

TenderUpdate

09 Apr 2025 at 15:21

TenderUpdate

01 Apr 2025 at 14:08

Tender

07 Mar 2025 at 13:04

Summary of the contracting process

The procurement process for planned works and responsive repairs at the Waltham Forest Housing Association (WFHA) has been completed, with TEB Builders Ltd appointed as the supplier. This procurement, managed by Altair Ltd on behalf of WFHA, focuses on delivering maintenance services to social homes within the London Borough of Waltham Forest. The award, dated 7 July 2025, marks the transition to the 'Award' stage of the procurement process. The contract, valued at approximately £3,850,000 over its initial five-year term, has commenced with potential for a two-year extension. The procurement method was 'open' with a 'below threshold - open competition' process, addressing industry categories such as construction work and repair and maintenance services, specifically in the UK region.

This procurement presents significant growth opportunities for businesses specialising in construction and maintenance services, enhancing their portfolio in the public sector. SME-sized companies experienced in high-quality service delivery are particularly well-placed to compete for such contracts, as demonstrated by the successful bid from TEB Builders Ltd, an SME itself. The project aligns with broad opportunities for service providers committed to delivering tenant-focused, reliable, and efficient repair and maintenance services. Businesses embracing WFHA's values of quality, safety, and tenant satisfaction stand to benefit greatly from engaging in similar public contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Waltham Forest Housing Association INVITATION TO TENDER FOR PLANNED WORKS AND RESPONSIVE REPAIRS

Notice Description

Waltham Forest Housing Association (WFHA) is undertaking a competitive tender process to appoint a supplier to deliver their Planned and Responsive Maintenance Services.This process is being managed by Altair Ltd on behalf of WFHA. Please note that this will conclude as WHFA contract and has no connection to Altair Ltd.This ITT is provided on the same basis to all organisations.The aim of this procurement process is to appoint one provider to deliver services outlined within Schedule 6 - Specification.The anticipated annual contract value is estimated at PS450,000 for the planned element and PS320,000 for the reactive element, resulting in a total estimated annual spend of PS770,000. Over the full five-year term, the estimated total contract value is PS3,850,000.Please note that whilst this is an estimated contract value it is not in any way guaranteed. In this ITT, the following words and phrases have the following meanings: Association Means Waltham Forest Housing Association (WFHA)Bidder/s Those organisations who have expressed an interest in providing the Requirement who have been selected by the Association to be invited to tender for the contract to provide them.Contract Means any formal agreement for goods, works or services as a result of this Tender ProcessEvaluation Criteria Means the evaluation criteria contained in Schedule 2FOI Law The Freedom of Information Act 2000, and the Environmental Information Regulations 2004 together as amended from time to timeForm of Tender Means the document contained in the Response Schedule (Schedule 3 which is completed by the Bidder and returned with its Tender Response.Tenant A person who resides or is present in a WFHA propertyInvitation to Tender (ITT) This Invitation to Tender including all its appendices Schedules 1 - 8, Appendix A and Appendix 1 - 8.Portal Means the secure online portal MyTenders operated by for the purposes of the Procurement Process.Preferred Bidder/s Means the Bidder/s who is successful following evaluation in accordance with the Evaluation CriteriaProcurement Process Means the procedure followed by Waltham Forest Housing Association to award the Contract.Response Schedule(s) Means Schedule 1, Schedule 3 and Schedule 4 and must be completed by Bidders in order for the Bidder to be considered for contract award in the Procurement Process.Requirement Means the Works and Services which the WFHA wishes to procure, details of which are set out in in this ITT and "Requirements" shall be construed; accordingly, Return Date Means the deadline for Tender Responses specified by the Association.Subcontractor A subcontractor (or sub-contractor) is a company or person whom a general contractor, prime contractor or main contractor hires to perform a specific task as part of an overall project.Services Means the Services to be provided under the contractTenders Tender responses made by Bidders to this ITT in accordance with its terms and "Tender" shall be construed; accordingly,Tender Response Means a Response Schedule(s) submitted by a Bidder during the Procurement Process using the Response Schedule(s).TUPE Transfer of Undertakings Protection of Employment Regulations Updates Means a written notification by the Association to Bidders. Updates may be issued during the tender period to amend or to provide clarification to any part of the ITT. WFHA Means Waltham Forest Housing Association (WFHA) and its agentsWorking Day Means a day (other than a Saturday or Sunday) on which banks are open for domestic business in the City of London.SECTION 2: INSTRUCTIONS TO BIDDERS2. IntroductionTenders must be submitted strictly in accordance with the following instructions, read carefully before completing the ITT documentation. In submitting a Tender response, Bidders confirm that they have read and understood the contents. Bidders not complying with these instructions may be rejected by WFHA whose decision in the matter will be final.This ITT is provided on the same basis to all

Lot Information

Lot 1

Renewal: Expectation is for after the initial 3 year term, that the extensions will be annual i.e. 3 year initial term + 1 year + 1 year. Extension will be at the discretion of the contracting authority and agreement with the supplier

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ea82
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037635-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45000000 - Construction work

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£3,850,000 £1M-£10M
Lots Value
£3,850,000 £1M-£10M
Awards Value
£3,850,000 £1M-£10M
Contracts Value
£3,850,000 £1M-£10M

Notice Dates

Publication Date
7 Jul 202510 months ago
Submission Deadline
1 May 2025Expired
Future Notice Date
Not specified
Award Date
23 Jun 202510 months ago
Contract Period
6 Jul 2025 - 6 Jul 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WALTHAM FOREST HOUSING ASSOCIATION
Additional Buyers

ALTAIR CONSULTANCY AND ADVISORY SERVICES LTD

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E17 3RU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI53 Redbridge and Waltham Forest
Delivery Location
Not specified

Local Authority
Waltham Forest
Electoral Ward
Hoe Street
Westminster Constituency
Walthamstow

Supplier Information

Number of Suppliers
1
Supplier Name

TEB BUILDERS

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04ea82-2025-07-07T09:11:07+01:00",
    "date": "2025-07-07T09:11:07+01:00",
    "ocid": "ocds-h6vhtk-04ea82",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-MPR-21186r",
            "name": "Waltham Forest Housing Association",
            "identifier": {
                "scheme": "GB-MPR",
                "id": "21186r"
            },
            "address": {
                "streetAddress": "31 Church Hill",
                "locality": "London",
                "postalCode": "E17 3RU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI53"
            },
            "contactPoint": {
                "name": "Kevin Harding",
                "email": "procurementaltair@altairltd.co.uk",
                "telephone": "+447350398302"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://wfha.org.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-07463003",
            "name": "Altair Consultancy and Advisory Services Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07463003"
            },
            "address": {
                "streetAddress": "Tempus Wharf",
                "locality": "London",
                "postalCode": "SE16 4SA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "name": "Kevin Harding",
                "email": "kevin.harding@altairltd.co.uk",
                "telephone": "+447350398302"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Agent on behalf of the Contracting Authority",
            "details": {
                "url": "https://www.altairltd.co.uk"
            }
        },
        {
            "id": "GB-COH-01116067",
            "name": "TEB Builders Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01116067"
            },
            "address": {
                "streetAddress": "25 Suttons Lane,",
                "locality": "Hornchurch",
                "postalCode": "rm12 6rd",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI52"
            },
            "contactPoint": {
                "email": "claire@tebbuilders.co.uk",
                "telephone": "01708592771"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PLHD-1176-CCXP",
            "name": "Waltham Forest Housing Association",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLHD-1176-CCXP"
            },
            "address": {
                "streetAddress": "31 Church Hill",
                "locality": "London",
                "postalCode": "E17 3RU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI53"
            },
            "contactPoint": {
                "name": "Kevin Harding",
                "email": "kevin.harding@altairltd.co.uk",
                "telephone": "+447350398302"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLHD-1176-CCXP",
        "name": "Waltham Forest Housing Association"
    },
    "tender": {
        "id": "WFHAPWRR001",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Waltham Forest Housing Association INVITATION TO TENDER FOR PLANNED WORKS AND RESPONSIVE REPAIRS",
        "description": "Waltham Forest Housing Association (WFHA) is undertaking a competitive tender process to appoint a supplier to deliver their Planned and Responsive Maintenance Services.This process is being managed by Altair Ltd on behalf of WFHA. Please note that this will conclude as WHFA contract and has no connection to Altair Ltd.This ITT is provided on the same basis to all organisations.The aim of this procurement process is to appoint one provider to deliver services outlined within Schedule 6 - Specification.The anticipated annual contract value is estimated at PS450,000 for the planned element and PS320,000 for the reactive element, resulting in a total estimated annual spend of PS770,000. Over the full five-year term, the estimated total contract value is PS3,850,000.Please note that whilst this is an estimated contract value it is not in any way guaranteed. In this ITT, the following words and phrases have the following meanings: Association Means Waltham Forest Housing Association (WFHA)Bidder/s Those organisations who have expressed an interest in providing the Requirement who have been selected by the Association to be invited to tender for the contract to provide them.Contract Means any formal agreement for goods, works or services as a result of this Tender ProcessEvaluation Criteria Means the evaluation criteria contained in Schedule 2FOI Law The Freedom of Information Act 2000, and the Environmental Information Regulations 2004 together as amended from time to timeForm of Tender Means the document contained in the Response Schedule (Schedule 3 which is completed by the Bidder and returned with its Tender Response.Tenant A person who resides or is present in a WFHA propertyInvitation to Tender (ITT) This Invitation to Tender including all its appendices Schedules 1 - 8, Appendix A and Appendix 1 - 8.Portal Means the secure online portal MyTenders operated by for the purposes of the Procurement Process.Preferred Bidder/s Means the Bidder/s who is successful following evaluation in accordance with the Evaluation CriteriaProcurement Process Means the procedure followed by Waltham Forest Housing Association to award the Contract.Response Schedule(s) Means Schedule 1, Schedule 3 and Schedule 4 and must be completed by Bidders in order for the Bidder to be considered for contract award in the Procurement Process.Requirement Means the Works and Services which the WFHA wishes to procure, details of which are set out in in this ITT and \"Requirements\" shall be construed; accordingly, Return Date Means the deadline for Tender Responses specified by the Association.Subcontractor A subcontractor (or sub-contractor) is a company or person whom a general contractor, prime contractor or main contractor hires to perform a specific task as part of an overall project.Services Means the Services to be provided under the contractTenders Tender responses made by Bidders to this ITT in accordance with its terms and \"Tender\" shall be construed; accordingly,Tender Response Means a Response Schedule(s) submitted by a Bidder during the Procurement Process using the Response Schedule(s).TUPE Transfer of Undertakings Protection of Employment Regulations Updates Means a written notification by the Association to Bidders. Updates may be issued during the tender period to amend or to provide clarification to any part of the ITT. WFHA Means Waltham Forest Housing Association (WFHA) and its agentsWorking Day Means a day (other than a Saturday or Sunday) on which banks are open for domestic business in the City of London.SECTION 2: INSTRUCTIONS TO BIDDERS2. IntroductionTenders must be submitted strictly in accordance with the following instructions, read carefully before completing the ITT documentation. In submitting a Tender response, Bidders confirm that they have read and understood the contents. Bidders not complying with these instructions may be rejected by WFHA whose decision in the matter will be final.This ITT is provided on the same basis to all",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4620000,
            "amount": 3850000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "submissionMethodDetails": "https://www.mytenders.co.uk The Tender MUST be received via WFHA's agents e-tender portal 12 Noon on 1st May 2025. Tenders that are not submitted by this deadline will be excluded. You are strongly advised not to delay uploading your Tender submission. Failure to submit a full response to any of the Tender deliverables specified below may result in the exclusion of the Tender from further consideration by WFHA. Following the deadline for submission, Bidders will not, in general, be permitted to amend or supplement their Tenders. However, WFHA reserves the right, at its discretion, to request a Bidder to clarify its Tender in writing, correct obvious errors, or to supply further information. The Tender shall remain open for acceptance by WFHA for 90 days from the deadline for submission of tender responses.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-05-01T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-04-17T17:00:00+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 4620000,
                    "amount": 3850000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Technical and Quality Evaluation = 60% Weighting Price = 40% There are also additional mandatory certificates and declarations which must be completed to comply",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "description": "The Compliance Check will check that each Tender Response: complies, includes a completed and signed Form of Tender and Certificate of non-collusion. Provided answers to all the questions in the Response Schedules; and Is made in the format, medium and quantity required. Where a Tender is non-compliant or there is an obvious error in one or more areas, WFHA will determine whether to issue a clarification question in relation to the area(s) of non-compliance/error or to reject the Tender at this stage. WFHA reserves the right, at its sole discretion, not to carry out any further evaluation of that Bidder's submissions where it concludes the Tender is non-compliant. Following the preliminary compliance review, WFHA will proceed to evaluate the Quality/Technical questions in, Schedule 3 Quality Evaluation 60% In response to the questions set out in Schedule 3, Bidders are required to provide detailed proposals for their performance of the Services/Works/Goods Responses shall be sufficiently detailed and (subject to approval by WFHA) the response to the questions in Schedule 3 will be incorporated into the Contract and will form part of the Supplier's contractual commitment to WFHA. Bidder's evaluation scores will be based on the Bidder's written Tender Submission only, clarified by the following methods: By responses to clarification questions raised via the Portal Bidders will not be able to address any omissions in their Tender Submission during any clarification process. Evaluation methodology Mobilisation 10% Service Delivery 35% Customer Service 30% Contract Management and Working Relationships 20% Social Value 5% Total 100% Evaluators will individually review and score Bidder's Tender Submissions, scoring each answer to each question using the methodology below. Once completed the evaluation panel will conduct a 'consensus scoring process' where moderation of the scores awarded individually will take place. The moderation shall give regard to any variance in the scores between the evaluators. A consensus score will be agreed by the evaluators for each of the evaluation criteria below. The total quality score % for each question will be calculated by using the final moderated score x weighting of the question = total question score. The total questions percentages scores will then be added to calculate the overall quality percentage score out of 100% then multiplied by the overall quality score percentage to generate the final total quality score. A minimum moderation scored requirement threshold of 3 (satisfactory) will be applied to each and every question. If a Tender fails to meet the minimum requirement threshold on a moderated scored quality question, then the Tender will be rejected and not evaluated further. Scoring Principles 5 Excellent (fully meets the requirement). The response fully meets what is expected for the criteria. Leaves no doubt as to the capability and commitment to deliver what is required. The response therefore shows: Excellent proposals demonstrated through relevant evidence; Extensive insight into the relevant issues. 4 Good (limited minor issues) The response broadly meets what is expected for the criteria. There are no significant areas of concern, although there may be limited minor issues that need further exploration or attention later in the procurement process. The response therefore shows: Good understanding of the requirements; Sufficient competence demonstrated through relevant evidence; Good level of insight demonstrated into the relevant issues. 3 Satisfactory (at least one significant issue or several smaller issues) [the minimum standard for each and every evaluated question] The response meets most of the requirement but there is at least one significant issue of concern, or several smaller issues. These would require of some further clarification or attention later in the procurement process, and may arise through lack of demonstrated capability and/or appropriate evidence. The response therefore shows: Basic understanding of the requirements; Sufficient competence demonstrated through relevant evidence; Some areas of concern that require attention. 2 Poor (a number of significant concerns) The response meets elements of the requirement but gives concern in a number of significant areas. There are reservations because of one or all of the following: There is at least one significant issue needing considerable attention; Proposals do not demonstrate competence or understanding; The response is light and unconvincing. 1 Very Poor (fails to meet requirement) The response is significantly below what would be expected because of one or all of the following: The response indicates a significant lack of understanding relating to the requirements; The response fails to meet the requirement. 0 No Response Provided"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The Bidder's Pricing Submission will be examined in order to detect any computational errors. Where an examination reveals an error or discrepancy between these prices and the overall Tender figure, the Bidder may be granted an opportunity to clarify their submission at the discretion of WFHA. Abnormally Low Tenders Tenders will be reviewed to see if any appear to be abnormally low. Should WFHA consider a Tender abnormally low in price or value, and wish to reject the Tender on such grounds, it will first seek clarification, explanation and/or evidence from the Bidder to justify the Tender. Where applicable, the Bidder will also be asked to evidence that they are not practicing modern slavery (via a declaration). Where the Bidder is unable to prove, within a sufficient time limit such justification for the low price/value, WFHA reserve the right to reject the Tender. Price Evaluation Methodology Only those that have reached quality thresholds and have not been excluded as an abnormally low Tender will have the price element reviewed/evaluated. WHFA will be using the National Housing Federation - Version 7.1 Schedule of Rates (SoR) for Responsive Repairs and Voids as well as Planned Works. Works and Services under this contract will be priced accordingly with these rates and the proposed mark-up applied. These will be fixed for the initial term of the contract and any agreed extensions. Bidders are required to outline their percentage markup against those rates for the categories outlined below. Bidders are required to complete the excel spreadsheet at Schedule 4. All required (yellow) cells must be completed with a value. If a Bidder submits an incomplete Pricing Schedule, the Tender may be rejected. Pricing evaluation will be based on a total of all pricing elements as outlined below and in the evaluation methodology tab as outlined in Schedule 4. Please see Schedule 4 for a worked example. The lowest bid will score the maximum percentage for each category outlined below: Category Weighting % Responsive Repairs & Voids % Uplift 35 Planned Works % Uplift 35 Planned Works Project Management % Uplift 25 Year One Only (Mobilisation) 5 Total 100 Price will be scored using the scoring methodology set out below for each category listed above. The percentage score will be calculated relationally against the lowest total price then weighted using the formula: (Lowest / Bidder's) x percentage Weighting = Weighted relative price score."
                        },
                        {
                            "type": "quality",
                            "name": "Certificates and Declarations",
                            "description": "The forms and certificates in Schedule 3 must be signed without qualification and will be evaluated on a Pass/Fail basis, with a Pass being a signed, unqualified return and a Fail being an unsigned or qualified return. Any resultant Fail response will result in the Bidder being excluded from the Procurement Process. Non-Collusion & Non-Canvassing Certificate Agreement to Terms Section Form of Tender Disclosure of Interest Contact Details and Submission Declaration"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "The Tender MUST be received via WFHA's agents e-tender portal 12 Noon on 1st May 2025. Tenders that are not submitted by this deadline will be excluded. You are strongly advised not to delay uploading your Tender submission. Failure to submit a full response to any of the Tender deliverables specified below may result in the exclusion of the Tender from further consideration by WFHA. Requirement Schedule Completed responses to the selection questions Provide responses to the Quality/Technical questions Signed and dated Form of Tender Signed and dated Non-Collusion Certificate Signed and dated Disclosure of Interest Certificate Completed Pricing Response Following the deadline for submission, Bidders will not, in general, be permitted to amend or supplement their Tenders. However, WFHA reserves the right, at its discretion, to request a Bidder to clarify its Tender in writing, correct obvious errors, or to supply further information. The Tender shall remain open for acceptance by WFHA for 90 days from the deadline for submission of tender responses. General Tender Submission Guidance Each Tender submission must be submitted in accordance with these instructions. Responses must be submitted in English. Bidders should answer all questions as accurately as possible using the format and page lengths where instructed as well as requests for other information. Use of diagrams is permitted only if requested, but inclusion will count as part of the page limit. Where a question is not relevant to the Bidder this should be indicated with an explanation (where applicable). If a response exceeds the page limits, the first pages within the limit will be evaluated only. Bidders must provide explicit and comprehensive Tender responses as these will be the single source of information on which the evaluation will be made. Any information submitted to WFHA in response to any question or requirement must be pertinent to that question or requirement. Any information not considered pertinent will not be considered by WFHA. Answers to each question are self-contained and must not cross-refer to responses to other questions. It is important that Tender responses to the questions in the ITT provide specific evidence of an ability to meet the requirement/s of the specification. DO NOT provide general organisational literature, marketing or promotional brochures and web-links as these will not be considered to be an appropriate response, nor will they be considered in the evaluation process and may prove detrimental to your Tender. Vague or nebulous Tender responses or merely stating \"to be considered\" or \"to be discussed\" are not acceptable. If a Bidder cannot be specific in its Tender response relating to any particular matter, then the reason/s as to why a full response cannot be provided must be stated. Where supporting documents are required, they must be clearly labelled and referenced to the question to which they relate to avoid any doubt in the evaluation process. Bidders must upload their quality responses as individual word pdf documents. Submission must use the following file naming convention: CompanyName_WFHA_Questionnumber.pdf. For example, WalthamForestHousingAssociation_WFHA_Q1.pdf. Responses must be within the page limits using Arial font size 10 in A4 unless stated different. Please do not top and tail your responses with letterheads, graphic, company logos etc and do not repeat the question at the start of your response this is not required. Please do not use lengthy document titles when uploading your responses as this may affect the download process of the PostBox. Please do not ZIP your responses as again this may have an effect on the download process. Please ensure you use the \"Dispatch \"function to finish the upload of your responses. Once all is dispatched to the system correctly you will receive a notification that this has been completed. Until you receive this email your upload is not completed All unit rates and prices must be quoted in pounds sterling only excluding VAT. Bidders must notify WFHA immediately of any change in the information submitted in its Selection Questionnaire or responses at any time during the procurement process. Tender responses will be checked for completeness and compliance with the instructions before evaluation. WFHA reserves the right to refuse to consider a tender if the response is incomplete or is found to be inaccurate. WFHA reserves the right to require some or all Bidders to clarify and/or expand the answers contained in their Tender submissions, in writing. Requests for further information will be made in writing to Bidders via the Portal. Failure to respond promptly or adequately may result in the Bidder's disqualification from the procurement process. It is the Bidder's responsibility to ensure that its tender is received by the stated deadline - failure to do so, will exclude your Tender submission from the process. No unauthorised alterations or additions are to be made to the Form of Tender or any other component of the ITT. Tenders must not be qualified or accompanied by statements which could be construed as rendering the Tender equivocal, conditional and/or placing it on a different footing from other Tenders. Only Tenders submitted without qualification strictly in accordance with the ITT (as issued or subsequently amended by WFHA) will be accepted for consideration. Qualified Tenders may be excluded from further consideration and bidders notified. Use of the Online Portal WFHA's agents Altair Ltd on their behalf are utilising an electronic tendering Portal, \"myTenders\", to manage this procurement process and to communicate with Bidders. All responses to the tender must be submitted via the Portal. All interested Bidders should therefore register (for free) on the Portal to access documentation and communications and make their submission. Documents in the Portal area may be updated from time to time and Bidders are advised to regularly access the Portal to see if new information or documents have been added. WHFA or it's agent will not be responsible for Bidders not reviewing any new or amended documentation submitted. It is the Bidder's responsibility to ensure that they regularly access the system. Any requests for clarification relating to this exercise must be communicated using the secure messaging function on the Portal. Responses to requests for clarification will be communicated to all Bidders via the secure messaging function on the Portal. When uploading your response, please be aware of the speed of your Internet connection, your system configuration and general web traffic, all of which may impact on the time taken to complete the transaction. You are advised to access the user guides and 'help' function within the system. WFHA will not accept any responsibility in respect of user errors. Any difficulties or problems with access to the Portal should be reported to myTenders via telephone or logging a ticket on their website. Phone: 0800 222 9006 www.mytenders.co.uk If issues with the Portal are likely to result in a late submission, they must be reported before the submission deadline to email: procurementaltair@altairltd.co.uk. This is not to be used for any other reason and all other communication must be via the Portal's message function. Clarifications All requests for clarification or further information on the ITT or WFHA's Requirements must be made in accordance these instructions and via the Portal before the deadline. Bidders, their agents, potential subcontractors and suppliers, must not contact WFHA or any of its officers, employees or advisers or any third party connected to WFHA or its advisers in relation to this procurement, outside the process outlined within this section, or elsewhere in this document, without the prior written permission of WFHA, requested via the Portal. If a Bidder is unsure of the meaning of a question or anything in this ITT, then it is their responsibility to ask the Association to clarify in writing via the Portal message function before the deadline as defined within this document. Any requests for clarification received after the deadline will not be responded to. Bidders must notify WFHA via the Portal promptly regarding any perceived ambiguity, inconsistency or omission in this ITT or any of its associated documents and/or any other information issued to them during the procurement process, and these will be responded to via the Portal. Any queries and requests for clarification which are not made through the Portal will not be answered. Any queries and requests for clarification submitted after the deadline for submission of clarification questions will not be answered. WFHA will endeavour to answer all clarifications as quickly as possible but cannot guarantee a minimum response time. Published clarifications shall become part of the Tender and its evaluation, and any subsequent agreement between the Parties and should be treated as such by the Bidder. Bidders should note that both requests for clarification and responses will be circulated to all Bidders. Any response will be communicated anonymously to all Bidders who have responded, have expressed an interest, or have shown an interest before the return date for submission of Tenders. WFHA also reserves the right to disseminate information that is materially relevant to all Bidders, even if the information has only been requested by one Bidder, subject to the duty to protect any Bidder's commercial confidence in its responses. Any Bidder who directly or indirectly canvasses any member of WFHA or any of its officials or representatives concerning the Procurement Process or contract award may be disqualified."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-07-01T00:00:00+01:00",
                    "endDate": "2028-06-30T23:59:59+01:00",
                    "maxExtentDate": "2030-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Expectation is for after the initial 3 year term, that the extensions will be annual i.e. 3 year initial term + 1 year + 1 year. Extension will be at the discretion of the contracting authority and agreement with the supplier"
                }
            }
        ],
        "documents": [
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Invitation To Tender - The full tender details of the requirement",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591880"
            },
            {
                "id": "L-6",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 4 - Pricing Schedule",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591929"
            },
            {
                "id": "L-8",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 6 - Service Specification",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591931"
            },
            {
                "id": "L-9",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 7 - Property Details Confidentiality",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591932"
            },
            {
                "id": "L-10",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 8 - Property List",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591933"
            },
            {
                "id": "L-11",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 4 - Pricing Schedule",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591929"
            },
            {
                "id": "L-12",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 5 - Contract Terms",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591930"
            },
            {
                "id": "L-13",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 6 - Service Specification",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591931"
            },
            {
                "id": "L-14",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 7 - Property Details Confidentiality",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591932"
            },
            {
                "id": "L-15",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 8 - Property List",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591933"
            },
            {
                "id": "008344-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008344-2025",
                "datePublished": "2025-03-07T13:04:14Z",
                "format": "text/html"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Appendix A - ITT Checklist - Checklist for all requirements for the ITT",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591879"
            },
            {
                "id": "L-3",
                "documentType": "biddingDocuments",
                "description": "ITT - Schedule 1 - PSQ Procurement Specific Questionnaire",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591921"
            },
            {
                "id": "L-4",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 2 - Evaluation Methodology",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591925"
            },
            {
                "id": "L-5",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 3 - Quality Questions - Response Schedule",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591926"
            },
            {
                "id": "L-7",
                "documentType": "biddingDocuments",
                "description": "ITT Schedule 5 - Contract Terms",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=591930"
            },
            {
                "id": "012310-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012310-2025",
                "datePublished": "2025-04-01T15:08:03+01:00",
                "format": "text/html"
            },
            {
                "id": "014083-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014083-2025",
                "datePublished": "2025-04-09T16:21:12+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "012310-2025",
                "description": "Due to additional information and inconsistency in the Version of the SOR on the pricing schedule. To ensure transparency and fairness, the deadline has been extended to 1200 hours 17th of April 2025 and Clarifications extended to 1700 hours 4th April 2025."
            },
            {
                "id": "014083-2025",
                "description": "Due to an availability for information outside both the Tenderer and Bidders control, the tender closing date will be extended for two weeks to allow all Bidders to submit a full tender bid and to obtain the information which is not currently available from the 3rd party within the current tender timescales. To attain the specific SoR 7.1 Information, due to the IP nature of the information, the Tenderer cannot distribute this data centrally or en masse. The Bidder must apply for a Sub-Licence at the following link M3: Contractor Sub Licence https://www.m3h.co.uk/go/maintenance/schedule-of-rates/contractors/contractors-sublicence - this Sub-Licence process is a simple process and once the application is completed you should receive a confidentiality sub-licence code allowing the Bidder to request from the Client a copy of the documentation. This means that we will re-open Clarifications for 1 week from the 10th to the 17th at 1700 hours to ensure that all Bidders have opportunity to access. And will extend the closing date for 2 weeks which will take it to Thursday the 1st of May 1200 Hours"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "9",
                "measure": "bids",
                "value": 22,
                "relatedLot": "1"
            },
            {
                "id": "10",
                "measure": "finalStageBids",
                "value": 21,
                "relatedLot": "1"
            },
            {
                "id": "11",
                "measure": "smeFinalStageBids",
                "value": 20,
                "relatedLot": "1"
            },
            {
                "id": "12",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "INVITATION TO TENDER (ITT) FOR PLANNED WORKS AND RESPONSIVE REPAIRS TENDER REFERENCE: WFHAPWRR001",
            "status": "active",
            "date": "2025-06-24T00:00:00+01:00",
            "value": {
                "amountGross": 4620000,
                "amount": 3850000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "works",
            "aboveThreshold": false,
            "suppliers": [
                {
                    "id": "GB-COH-01116067",
                    "name": "TEB Builders Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "45000000",
                            "description": "Construction work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-07-08T00:00:00+01:00",
                "endDate": "2028-07-07T23:59:59+01:00",
                "maxExtentDate": "2030-07-07T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Expectation is for after the initial 3 year term, that the extensions will be annual i.e. 3 year initial term + 1 year + 1 year. Extension will be at the discretion of the contracting authority and agreement with the supplier"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "034660-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/034660-2025",
                    "datePublished": "2025-06-24T11:26:59+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-07-07T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "PLANNED WORKS AND RESPONSIVE REPAIRS",
            "status": "active",
            "period": {
                "startDate": "2025-07-07T00:00:00+01:00",
                "endDate": "2028-07-06T23:59:59+01:00",
                "maxExtentDate": "2030-07-06T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Authority can extend the Agreement up to an additional 24 months beyond the initial term"
            },
            "value": {
                "amountGross": 4620000,
                "amount": 3850000,
                "currency": "GBP"
            },
            "aboveThreshold": false,
            "dateSigned": "2025-07-04T00:00:00+01:00",
            "documents": [
                {
                    "id": "037635-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/037635-2025",
                    "datePublished": "2025-07-07T09:11:07+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}