Award

1349 - Livin - Repairs, Maintenance, and Compliance

LIVIN HOUSING LTD

This public procurement record has 4 releases in its history.

Award

27 Feb 2026 at 11:30

TenderUpdate

24 Apr 2025 at 10:31

TenderUpdate

23 Apr 2025 at 13:01

Tender

23 Apr 2025 at 12:41

Summary of the contracting process

Livin Housing Ltd, based in County Durham, has completed the award stage for their significant procurement titled "1349 - Livin - Repairs, Maintenance, and Compliance." This contract falls under the services industry category and spans across the North East of England. The process is guided by the Procurement Act 2023 and follows a competitive flexible procedure. Echelon Consultancy is administering the process, aimed at forming a long-term strategic partnership to enhance quality and efficiency in housing services. The contract, valued at £252 million over a 10-year term with potential extensions, encompasses a range of services, including repair and maintenance, energy-efficiency measures, and compliance. Key dates include the contract start on 1 April 2026 and a possible conclusion on 31 March 2041, incorporating optional renewal periods.

This contract offers substantial opportunities for business growth, particularly suitable for large enterprises with experience in comprehensive building services. The partnership aims to transcend transactional engagements by focusing on innovation, sustainability, and enhancing customer experiences. Companies involved in construction, repair, and maintenance services are well-positioned to compete, especially those with capabilities in energy efficiency and compliance measures. Livin seeks to foster collaborative relationships through this procurement, envisaging improved service delivery and long-term benefits for its stakeholders.

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

Notice Title

1349 - Livin - Repairs, Maintenance, and Compliance

Notice Description

Livin Housing Ltd is a community-focused Registered Provider of social housing operating across County Durham and the wider North East. With a portfolio of approximately 9,000 homes, Livin's purpose is to improve lives through sustainable homes and places. This is reflected not only in its investment in property but in the strong emphasis placed on customer service, innovation, and social value throughout its operations. Livin is seeking to appoint a single, long-term delivery partner to provide a fully integrated suite of Housing Repairs, Maintenance, and Compliance Services. The aim is to establish a strategic partnership that goes beyond transactional delivery -- one that supports Livin's long-term objectives around quality, efficiency, environmental sustainability, and customer experience. The scope of services includes: Responsive and emergency repairs Void property reinstatement Aids and adaptations Statutory compliance servicing and remedials Planned maintenance and component renewals Retrofit and energy-efficiency measures (including PAS 2035-aligned works) Cyclical and preventative maintenance Associated general building and property-related works The contract is being tendered as a single lot and will be awarded under a modified TAC-1 (Term Alliance Contract) form. This reflects Livin's commitment to collaborative working and its desire to build a long-term, outcomes-focused relationship with its appointed contractor. The estimated annual value of the contract is PS20 million, with a proposed term of 10 years, plus options to extend by a further five years (3+2), subject to performance and agreement. This procurement is being conducted under the Competitive Flexible Procedure (Procurement Act 2023), and is being administered by Echelon Consultancy on behalf of Livin Housing Ltd. At this stage of the process -- the Conditions of Participation Stage (CoPS) -- Livin is focused on assessing bidders' past experience and organisational suitability. Bidders are not expected to submit proposed solutions or commercial offers at this point. Detailed Term Briefs will be developed and shared during later stages of the procedure, including during the Initial Solution Stage (ISS) and Dialogue Phase. A soft-market testing exercise was undertaken, a previous notice was published regarding this with the unique identifier (ocds-h6vhtk-04c7b3). This information has been included in this section as the previous notice was published under previous procurement regulations so is unable to be officially linked

Lot Information

Lot LOT-0000

Options: After the initial 10 year term, there are two extension options included, the first for a further 3 years, then the second for a further two. This means there are a total of 5 years available in extensions which may be triggered at the sole discretion of Livin Housing Ltd subject to mutual agreement. The total term of this contract including extensions is therefore 15 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050651
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017808-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09331000 - Solar panels

42161000 - Hot-water boilers

42162000 - Steam-generating boilers

42511110 - Heat pumps

42533000 - Parts of heat pumps

44620000 - Central-heating radiators and boilers and parts

44621000 - Radiators and boilers

44621200 - Boilers

44621210 - Water boilers

44621220 - Central-heating boilers

44621221 - Parts of central-heating boilers

45000000 - Construction work

45111100 - Demolition work

45211000 - Construction work for multi-dwelling buildings and individual houses

45211310 - Bathrooms construction work

45211340 - Multi-dwelling buildings construction work

45260000 - Roof works and other special trade construction works

45261900 - Roof repair and maintenance work

45261910 - Roof repair

45262690 - Refurbishment of run-down buildings

45310000 - Electrical installation work

45315000 - Electrical installation work of heating and other electrical building-equipment

45317000 - Other electrical installation work

45317100 - Electrical installation work of pumping equipment

45330000 - Plumbing and sanitary works

45331000 - Heating, ventilation and air-conditioning installation work

45343000 - Fire-prevention installation works

45421100 - Installation of doors and windows and related components

45421130 - Installation of doors and windows

45421151 - Installation of fitted kitchens

45453000 - Overhaul and refurbishment work

50000000 - Repair and maintenance services

50410000 - Repair and maintenance services of measuring, testing and checking apparatus

50531100 - Repair and maintenance services of boilers

50531200 - Gas appliance maintenance services

50700000 - Repair and maintenance services of building installations

71251000 - Architectural and building-surveying services

71315400 - Building-inspection services

71630000 - Technical inspection and testing services

71631000 - Technical inspection services

79512000 - Call centre

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£200,000,000 £100M-£1B
Lots Value
£200,000,000 £100M-£1B
Awards Value
£210,000,000 £100M-£1B
Contracts Value
Not specified

Notice Dates

Publication Date
27 Feb 20261 months ago
Submission Deadline
23 May 2025Expired
Future Notice Date
Not specified
Award Date
20 Feb 20262 months ago
Contract Period
1 Apr 2026 - 31 Mar 2036 Over 5 years
Recurrence
2035-04-23

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LIVIN HOUSING 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
SPENNYMOOR
Postcode
DL16 6NL
Post Town
Darlington
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC41 Durham
Delivery Location
TLC North East (England)

Local Authority
County Durham
Electoral Ward
Tudhoe
Westminster Constituency
Newton Aycliffe and Spennymoor

Supplier Information

Number of Suppliers
1
Supplier Name

MEARS

Further Information

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-050651-2026-02-27T11:30:37Z",
    "date": "2026-02-27T11:30:37Z",
    "ocid": "ocds-h6vhtk-050651",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCDW-1745-RRBM",
            "name": "Livin Housing Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCDW-1745-RRBM"
            },
            "address": {
                "streetAddress": "Farrell House, A2 Arlington Way",
                "locality": "Spennymoor",
                "postalCode": "DL16 6NL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC14"
            },
            "contactPoint": {
                "name": "Joey Barron",
                "email": "joey@echelonconsultancy.co.uk",
                "telephone": "+44 1707339800"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.livin.co.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PYVN-7644-LZQQ",
            "name": "Mears Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYVN-7644-LZQQ"
            },
            "address": {
                "streetAddress": "2nd Floor Unit 5220 Valiant Court, Gloucester Business Park, Brockworth, Gloucester",
                "locality": "Gloucester",
                "postalCode": "GL3 4FE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "bid.admin@mearsgroup.co.uk",
                "telephone": "+44 7595216768"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCDW-1745-RRBM",
        "name": "Livin Housing Ltd"
    },
    "tender": {
        "id": "1349",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "1349 - Livin - Repairs, Maintenance, and Compliance",
        "description": "Livin Housing Ltd is a community-focused Registered Provider of social housing operating across County Durham and the wider North East. With a portfolio of approximately 9,000 homes, Livin's purpose is to improve lives through sustainable homes and places. This is reflected not only in its investment in property but in the strong emphasis placed on customer service, innovation, and social value throughout its operations. Livin is seeking to appoint a single, long-term delivery partner to provide a fully integrated suite of Housing Repairs, Maintenance, and Compliance Services. The aim is to establish a strategic partnership that goes beyond transactional delivery -- one that supports Livin's long-term objectives around quality, efficiency, environmental sustainability, and customer experience. The scope of services includes: Responsive and emergency repairs Void property reinstatement Aids and adaptations Statutory compliance servicing and remedials Planned maintenance and component renewals Retrofit and energy-efficiency measures (including PAS 2035-aligned works) Cyclical and preventative maintenance Associated general building and property-related works The contract is being tendered as a single lot and will be awarded under a modified TAC-1 (Term Alliance Contract) form. This reflects Livin's commitment to collaborative working and its desire to build a long-term, outcomes-focused relationship with its appointed contractor. The estimated annual value of the contract is PS20 million, with a proposed term of 10 years, plus options to extend by a further five years (3+2), subject to performance and agreement. This procurement is being conducted under the Competitive Flexible Procedure (Procurement Act 2023), and is being administered by Echelon Consultancy on behalf of Livin Housing Ltd. At this stage of the process -- the Conditions of Participation Stage (CoPS) -- Livin is focused on assessing bidders' past experience and organisational suitability. Bidders are not expected to submit proposed solutions or commercial offers at this point. Detailed Term Briefs will be developed and shared during later stages of the procedure, including during the Initial Solution Stage (ISS) and Dialogue Phase. A soft-market testing exercise was undertaken, a previous notice was published regarding this with the unique identifier (ocds-h6vhtk-04c7b3). This information has been included in this section as the previous notice was published under previous procurement regulations so is unable to be officially linked",
        "status": "complete",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09331000",
                        "description": "Solar panels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42161000",
                        "description": "Hot-water boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42162000",
                        "description": "Steam-generating boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42511110",
                        "description": "Heat pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42533000",
                        "description": "Parts of heat pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44620000",
                        "description": "Central-heating radiators and boilers and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44621000",
                        "description": "Radiators and boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44621200",
                        "description": "Boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44621210",
                        "description": "Water boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44621220",
                        "description": "Central-heating boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44621221",
                        "description": "Parts of central-heating boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111100",
                        "description": "Demolition work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211000",
                        "description": "Construction work for multi-dwelling buildings and individual houses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211310",
                        "description": "Bathrooms construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211340",
                        "description": "Multi-dwelling buildings construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261900",
                        "description": "Roof repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261910",
                        "description": "Roof repair"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45315000",
                        "description": "Electrical installation work of heating and other electrical building-equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317000",
                        "description": "Other electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317100",
                        "description": "Electrical installation work of pumping equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45421100",
                        "description": "Installation of doors and windows and related components"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45421130",
                        "description": "Installation of doors and windows"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45421151",
                        "description": "Installation of fitted kitchens"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453000",
                        "description": "Overhaul and refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531100",
                        "description": "Repair and maintenance services of boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531200",
                        "description": "Gas appliance maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631000",
                        "description": "Technical inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79512000",
                        "description": "Call centre"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 240000000,
            "amount": 200000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted by Echelon Consultancy on behalf of Livin Housing Ltd, using a Competitive Flexible Procedure as set out under the Procurement Act 2023. The procedure is designed to provide flexibility while ensuring transparency, fairness, and value for money. The process comprises four stages: 1 - Conditions of Participation Stage (CoPS) Bidders will first be assessed against objective and proportionate conditions of participation in line with Section 21 of the Act. This includes assessment of exclusion grounds, financial standing, technical ability, and other suitability criteria. Only bidders who meet the required standards will proceed to the next stage. This stage of the tender is open to all who express an interest. 2 - Initial Solution Stage (ISS) Bidders passing the CoPS will be invited to submit initial proposals outlining their approach to meeting Livin Housing Ltd's requirements. This stage enables early engagement and helps shape the development of the final specification. Submissions will be evaluated and a shortlist of bidders will be selected for dialogue. It is envisaged that 6 Bidders will be invited to this stage. Livin Housing Ltd reserves the right to invite more. 3 - Dialogue Phase Shortlisted bidders will engage in a structured Dialogue Phase with Echelon Consultancy on behalf of Livin Housing Ltd. This collaborative stage allows for clarification, development, and refinement of proposed solutions. Dialogue will conclude once Livin Housing Ltd is satisfied that requirements are fully defined and capable of being met. It is envisaged that 3 Bidders are invited to Dialogue, however Livin Housing reserves the right to invite more. 4 - Final Tender Submission (FTS) Final tenders will then be invited from bidders remaining in the process. Submissions will be evaluated against the published award criteria, with the contract awarded to the Most Advantageous Tender, as defined under the Procurement Act 2023. It is envisaged the 3 Bidders will be invited to the FTS stage of this procurement. Livin Housing reserves the right to invite more."
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93303&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-05-23T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-05-13T16:05:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-16T23:59:59Z"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "complete",
                "value": {
                    "amountGross": 240000000,
                    "amount": 200000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "During later stages of the tender quality will be worth 60%. During the initial Conditions of Participation Stage Quality will be worth 100% as there is no commercial submission required. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price will have no overall weighting during the first stage of the tender as there is no commercial submission required. Beyond the initial Conditions of Participation Stage price will have 40% of the overall weighting. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "During later stages of the tender quality will be worth 60%. During the initial Conditions of Participation Stage Quality will be worth 100% as there is no commercial submission required. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price will have no overall weighting during the first stage of the tender as there is no commercial submission required. Beyond the initial Conditions of Participation Stage price will have 40% of the overall weighting. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "During later stages of the tender quality will be worth 60%. During the initial Conditions of Participation Stage Quality will be worth 100% as there is no commercial submission required. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price will have no overall weighting during the first stage of the tender as there is no commercial submission required. Beyond the initial Conditions of Participation Stage price will have 40% of the overall weighting. Further detail and guidance is included in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The estimated annual contract value is PS20,000,000. To ensure financial stability and capacity, the Authority requires that bidders demonstrate an average annual turnover of at least PS40,000,000 over the last two financial years. Please provide the following information: Your organisation's annual turnover for each of the last two financial years (clearly stating the financial year). Confirmation that your organisation meets the minimum turnover threshold of PS40,000,000 per annum. Please note: If your organisation does not meet this requirement but is part of a wider group or intends to rely on the financial standing of a parent company or other entity, you may provide relevant details and evidence of support (e.g. parent company guarantees)."
                        },
                        {
                            "type": "technical",
                            "description": "Please confirm you hold the following organisational qualifications or standards, please provide details of how these are met, or other equivalent standards that equal or exceed what has been requested: - Cyber Essentials Plus"
                        },
                        {
                            "type": "economic",
                            "description": "The estimated annual contract value is PS20,000,000. To ensure financial stability and capacity, the Authority requires that bidders demonstrate an average annual turnover of at least PS40,000,000 over the last two financial years. Please provide the following information: Your organisation's annual turnover for each of the last two financial years (clearly stating the financial year). Confirmation that your organisation meets the minimum turnover threshold of PS40,000,000 per annum. Please note: If your organisation does not meet this requirement but is part of a wider group or intends to rely on the financial standing of a parent company or other entity, you may provide relevant details and evidence of support (e.g. parent company guarantees)."
                        },
                        {
                            "type": "technical",
                            "description": "Please confirm you hold the following organisational qualifications or standards, please provide details of how these are met, or other equivalent standards that equal or exceed what has been requested: - Cyber Essentials Plus"
                        },
                        {
                            "type": "economic",
                            "description": "The estimated annual contract value is PS20,000,000. To ensure financial stability and capacity, the Authority requires that bidders demonstrate an average annual turnover of at least PS40,000,000 over the last two financial years. Please provide the following information: Your organisation's annual turnover for each of the last two financial years (clearly stating the financial year). Confirmation that your organisation meets the minimum turnover threshold of PS40,000,000 per annum. Please note: If your organisation does not meet this requirement but is part of a wider group or intends to rely on the financial standing of a parent company or other entity, you may provide relevant details and evidence of support (e.g. parent company guarantees)."
                        },
                        {
                            "type": "technical",
                            "description": "Please confirm you hold the following organisational qualifications or standards, please provide details of how these are met, or other equivalent standards that equal or exceed what has been requested: - Cyber Essentials Plus"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-08T00:00:00Z",
                    "endDate": "2036-04-07T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "After the initial 10 year term, there are two extension options included, the first for a further 3 years, then the second for a further two. This means there are a total of 5 years available in extensions which may be triggered at the sole discretion of Livin Housing Ltd subject to mutual agreement. The total term of this contract including extensions is therefore 15 years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "016515-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016515-2025",
                "datePublished": "2025-04-23T13:41:58+01:00",
                "format": "text/html"
            },
            {
                "id": "016527-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016527-2025",
                "datePublished": "2025-04-23T14:01:19+01:00",
                "format": "text/html"
            },
            {
                "id": "016734-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016734-2025",
                "datePublished": "2025-04-24T11:31:21+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-04-23T23:59:59Z"
                },
                {
                    "startDate": "2035-04-23T23:59:59Z"
                },
                {
                    "startDate": "2035-04-23T23:59:59Z"
                }
            ]
        }
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PYVN-7644-LZQQ",
                        "name": "Mears Limited"
                    }
                ],
                "relatedLots": [
                    "LOT-0000"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "LOT-0000"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Repairs, Planned, and Compliance Services",
            "status": "pending",
            "date": "2026-02-20T00:00:00Z",
            "value": {
                "amountGross": 252000000,
                "amount": 210000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "additionalProcurementCategories": [
                "works"
            ],
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PYVN-7644-LZQQ",
                    "name": "Mears Limited"
                }
            ],
            "items": [
                {
                    "id": "LOT-0000",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45000000",
                            "description": "Construction work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45260000",
                            "description": "Roof works and other special trade construction works"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45310000",
                            "description": "Electrical installation work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45330000",
                            "description": "Plumbing and sanitary works"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45331000",
                            "description": "Heating, ventilation and air-conditioning installation work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45343000",
                            "description": "Fire-prevention installation works"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50410000",
                            "description": "Repair and maintenance services of measuring, testing and checking apparatus"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50531200",
                            "description": "Gas appliance maintenance services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71315400",
                            "description": "Building-inspection services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKC",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0000"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-10T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00Z",
                "endDate": "2036-03-31T23:59:59+01:00",
                "maxExtentDate": "2041-04-01T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "At the end of the 10 year initial term, there is an optional 3 year extension. At the end of that option there is another 2 year optional extension."
            },
            "relatedLots": [
                "LOT-0000"
            ],
            "documents": [
                {
                    "id": "017808-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/017808-2026",
                    "datePublished": "2026-02-27T11:30:37Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-20T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}