Tender

2425-0477: Void Reservicing, Refurbishment, and New Tenancy Repair Works

ISLINGTON COUNCIL

This public procurement record has 4 releases in its history.

TenderUpdate

14 Aug 2025 at 13:54

Tender

14 Aug 2025 at 12:54

Planning

17 Jul 2025 at 14:15

Planning

15 May 2025 at 12:25

Summary of the contracting process

Islington Council is overseeing a public procurement process for a contract titled "2425-0477: Void Reservicing, Refurbishment, and New Tenancy Repair Works" in the construction industry category. The procurement process is currently at the tender update stage, with a focus on revitalising void council properties in London, UKI43. The tender aims to secure four contractors for a contract valued at £28,000,000 over a potential maximum period of four years, starting from November 2025. Interested parties must submit their expressions of interest by 8 September 2025, prior to the awards expected to conclude by 12 November 2025. The procurement is conducted via a competitive flexible procedure designed to evaluate submissions through a two-stage process.

This tender represents a substantial opportunity for businesses specialising in construction works, offering verticals from site preparation to refurbishment and electrical installations. Companies proficient in comprehensive property maintenance, including the management of temporary accommodations and specialised repair works, are well-suited to participate. Securing such a contract would allow businesses to establish or expand their footprint in the public sector whilst contributing to the community by enhancing housing standards. With a balanced evaluation approach favouring quality over cost, companies with robust quality management systems and an emphasis on social value will find this opportunity conducive to growth and long-term partnership with a prominent London council.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

2425-0477: Void Reservicing, Refurbishment, and New Tenancy Repair Works

Notice Description

Islington Council invites suitable expressions of interest from suppliers for the above. The requirement The Council seeks to procure four contractors to deliver void reservicing, refurbishment, and new tenancy repairs to the Council's void properties. The contracts are needed for the delivery of reservicing to vacant council (void) properties, and the refurbishment of major works voids, ensuring they are let in a timely manner and to a high-quality standard. This will also extend to include required repairs within the first eight weeks of a new tenancy (works in occupation). The contracts to be procured will also include void reservicing and refurbishment for properties used for temporary accommodation. This includes Buy-Backs (where the Council repurchases homes previously sold under 'Right to Buy'), General Needs Temporary Accommodation (GNTA), and other temporary accommodation projects (e.g. Afghan Refugee Project, Rough Sleepers). The council is required to provide white goods and furnishings for void properties that fall under these schemes, therefore the contract will also extend to cover such. Contract period The duration of the contracts will be for an initial period of 24 months from an estimated start date of November 2025, with an option to extend by a further 24 months. Should the contracts be extended, the maximum total contracts will be for a period of forty-eight months (four years). Value of the contract or framework agreement The estimated total value of these contracts is PS28,000,000 over the maximum forty-eight (48) months. This is based on PS7,000,000 per annum. However, the council is confident the bids received will be lower than the estimated value. Award criteria The contract(s) will be awarded to the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023. Cost/price 40 % Quality 60 % Quality made up of: 20% - Proposed approach to social value 15% - Proposed approach to quality management and health and safety 15% - Proposed approach to resourcing the contracts and varying work volumes and priorities 10% - Proposed approach to communication with the client and the resolution of complaints Total 100% Procurement process The contract will be procured using the competitive flexible procedure in a two-stage process comparable to the restricted procedure. The first stage will involve assessing organisations through a Procurement Selection Questionnaire (PSQ), with all submissions subject to minimum requirements as stated in the PSQ. The second stage will be an evaluation of tenders submitted by bidders who are selected at the PSQ stage.

Planning Information

Islington Council on behalf of NHS North Central London integrated care board invites suitable expressions of interest from suppliers for the above. The requirement The Council seeks to procure four contractors to deliver void reservicing, refurbishment, and new tenancy repairs to the Council’s void properties. The contracts are needed for the delivery of reservicing to vacant council (void) properties, and the refurbishment of major works voids, ensuring they are let in a timely manner and to a high-quality standard. This will also extend to include required repairs within the first eight weeks of a new tenancy (works in occupation). The contracts to be procured will also include void reservicing and refurbishment for properties used for temporary accommodation. This includes Buy-Backs (where the Council repurchases homes previously sold under ‘Right to Buy’), General Needs Temporary Accommodation (GNTA), and other temporary accommodation projects (e.g. Afghan Refugee Project, Rough Sleepers). The council is required to provide white goods and furnishings for void properties that fall under these schemes, therefore the contract will also extend to cover such. Contract period The duration of the contracts will be for an initial period of 24 months from an estimated start date of November 2025, with an option to extend by a further 24 months. Should the contracts be extended, the maximum total contracts will be for a period of forty-eight months (four years). Value of the contract or framework agreement The estimated total value of these contracts is £28,000,000 over the maximum forty-eight (48) months. This is based on £7,000,000 per annum. However, the council is confident the bids received will be lower than the estimated value. Award criteria The contract(s) will be awarded to the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023. Cost/price 40 % Quality 60 % Quality made up of: 20% - Proposed approach to social value 15% - Proposed approach to quality management and health and safety 15% - Proposed approach to resourcing the contracts and varying work volumes and priorities 10% - Proposed approach to communication with the client and the resolution of complaints Total 100% Further details will be provided in the invitation to tender. Procurement process The contract will be procured using the competitive flexible procedure in a two-stage process comparable to the restricted procedure. The first stage will involve assessing organisations through a Procurement Selection Questionnaire (PSQ), with all submissions subject to minimum requirements as stated in the PSQ. The second stage will be an evaluation of tenders submitted by bidders who are selected at the SQ stage.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051473
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/048824-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work


CPV Codes

44100000 - Construction materials and associated items

45000000 - Construction work

Notice Value(s)

Tender Value
£28,000,000 £10M-£100M
Lots Value
£28,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
15 Nov 2025 - 15 Nov 2027 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ISLINGTON COUNCIL
Additional Buyers

LONDON BOROUGH OF ISLINGTON

Contact Name
Islington Procurement Team
Contact Email
procurement@islington.gov.uk
Contact Phone
+44 2075278118

Buyer Location

Locality
LONDON
Postcode
N1 2UD
Post Town
North London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
St Mary's & St James'
Westminster Constituency
Islington South and Finsbury

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-051473-2025-08-14T14:54:03+01:00",
    "date": "2025-08-14T14:54:03+01:00",
    "ocid": "ocds-h6vhtk-051473",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "021743-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021743-2025",
                "datePublished": "2025-05-15T13:25:08+01:00",
                "format": "text/html"
            },
            {
                "id": "041022-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041022-2025",
                "datePublished": "2025-07-17T15:15:01+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Islington Council on behalf of NHS North Central London integrated care board invites suitable expressions of interest from suppliers for the above. The requirement The Council seeks to procure four contractors to deliver void reservicing, refurbishment, and new tenancy repairs to the Council's void properties. The contracts are needed for the delivery of reservicing to vacant council (void) properties, and the refurbishment of major works voids, ensuring they are let in a timely manner and to a high-quality standard. This will also extend to include required repairs within the first eight weeks of a new tenancy (works in occupation). The contracts to be procured will also include void reservicing and refurbishment for properties used for temporary accommodation. This includes Buy-Backs (where the Council repurchases homes previously sold under 'Right to Buy'), General Needs Temporary Accommodation (GNTA), and other temporary accommodation projects (e.g. Afghan Refugee Project, Rough Sleepers). The council is required to provide white goods and furnishings for void properties that fall under these schemes, therefore the contract will also extend to cover such. Contract period The duration of the contracts will be for an initial period of 24 months from an estimated start date of November 2025, with an option to extend by a further 24 months. Should the contracts be extended, the maximum total contracts will be for a period of forty-eight months (four years). Value of the contract or framework agreement The estimated total value of these contracts is PS28,000,000 over the maximum forty-eight (48) months. This is based on PS7,000,000 per annum. However, the council is confident the bids received will be lower than the estimated value. Award criteria The contract(s) will be awarded to the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023. Cost/price 40 % Quality 60 % Quality made up of: 20% - Proposed approach to social value 15% - Proposed approach to quality management and health and safety 15% - Proposed approach to resourcing the contracts and varying work volumes and priorities 10% - Proposed approach to communication with the client and the resolution of complaints Total 100% Further details will be provided in the invitation to tender. Procurement process The contract will be procured using the competitive flexible procedure in a two-stage process comparable to the restricted procedure. The first stage will involve assessing organisations through a Procurement Selection Questionnaire (PSQ), with all submissions subject to minimum requirements as stated in the PSQ. The second stage will be an evaluation of tenders submitted by bidders who are selected at the SQ stage.",
                "dueDate": "2025-07-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBMD-2513-CWJJ",
            "name": "Islington Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBMD-2513-CWJJ"
            },
            "address": {
                "streetAddress": "Islington Town Hall, Upper Street",
                "locality": "London",
                "postalCode": "N1 2UD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "name": "Islington Procurement Team",
                "email": "procurement@islington.gov.uk",
                "telephone": "+44 2075278118"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.islington.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBMD-2513-CWJJ",
        "name": "Islington Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-051473",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "2425-0477: Void Reservicing, Refurbishment, and New Tenancy Repair Works",
        "description": "Islington Council invites suitable expressions of interest from suppliers for the above. The requirement The Council seeks to procure four contractors to deliver void reservicing, refurbishment, and new tenancy repairs to the Council's void properties. The contracts are needed for the delivery of reservicing to vacant council (void) properties, and the refurbishment of major works voids, ensuring they are let in a timely manner and to a high-quality standard. This will also extend to include required repairs within the first eight weeks of a new tenancy (works in occupation). The contracts to be procured will also include void reservicing and refurbishment for properties used for temporary accommodation. This includes Buy-Backs (where the Council repurchases homes previously sold under 'Right to Buy'), General Needs Temporary Accommodation (GNTA), and other temporary accommodation projects (e.g. Afghan Refugee Project, Rough Sleepers). The council is required to provide white goods and furnishings for void properties that fall under these schemes, therefore the contract will also extend to cover such. Contract period The duration of the contracts will be for an initial period of 24 months from an estimated start date of November 2025, with an option to extend by a further 24 months. Should the contracts be extended, the maximum total contracts will be for a period of forty-eight months (four years). Value of the contract or framework agreement The estimated total value of these contracts is PS28,000,000 over the maximum forty-eight (48) months. This is based on PS7,000,000 per annum. However, the council is confident the bids received will be lower than the estimated value. Award criteria The contract(s) will be awarded to the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023. Cost/price 40 % Quality 60 % Quality made up of: 20% - Proposed approach to social value 15% - Proposed approach to quality management and health and safety 15% - Proposed approach to resourcing the contracts and varying work volumes and priorities 10% - Proposed approach to communication with the client and the resolution of complaints Total 100% Procurement process The contract will be procured using the competitive flexible procedure in a two-stage process comparable to the restricted procedure. The first stage will involve assessing organisations through a Procurement Selection Questionnaire (PSQ), with all submissions subject to minimum requirements as stated in the PSQ. The second stage will be an evaluation of tenders submitted by bidders who are selected at the PSQ stage.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44100000",
                        "description": "Construction materials and associated items"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2025-11-15T00:00:00+00:00",
                    "endDate": "2027-11-15T23:59:59+00:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 28000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Cost Weighting",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality Weighting",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-01T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 28000000,
            "currency": "GBP"
        },
        "aboveThreshold": true,
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Please ensure you read this document before completing the PSQ document. The only document you need to complete and submit at this stage is the PSQ document. You will only need to complete the other documents if you are invited to tender. Invitation to tender (ITT) documentation is being issued for information only. We will only respond to questions about the ITT documentation during the tender clarification stage. Potential suppliers are advised that all costs incurred either directly or indirectly in preparation, submission or otherwise related to this tender will be borne by them, and in no circumstances will Islington Council (the Authority) be responsible for any such costs. Potential suppliers are also advised that the Authority at its sole discretion acting reasonably and in good faith reserves the right to cancel, postpone, suspend or abandon the procurement at any stage prior to contract award. This tender process will be conducted via the London Tenders Portal (LTP) - ProContract. All correspondence/notifications relating to this opportunity will be sent to the email address on the LTP as registered by your organisation. All questions relating to this tender must be sent via the \"Messages\" section on the LTP. Potential suppliers are reminded that enquiries should be received no later than the date in the timetable in this document. The Authority's responses will be posted via the LTP for all other bidding organisations to read unless the question is considered to be confidential. Do not upload questions in an attachment, please send all questions in the body of the message in plain text, and do not use tables. If you have multiple questions, please clearly number each question. It is your responsibility to regularly review the \"Messages\" section on the LTP for all questions and answers as well as any additional information that might have been posted. No employee other than an officer of Strategic Procurement and Supply Assurance has the authority to make any representation or explanation to potential suppliers on any matter concerning this opportunity. Any communication between potential suppliers and the Authority's employees (or their representatives) regarding this opportunity during the tender process not conducted via the \"Messages\" section on the LTP could lead to individual bids being rejected or the entire tender process being abandoned. Please include the contract number of the opportunity when communicating with the Authority in any way. Please note that documents submitted electronically will, upon being submitted, be deemed to have been signed electronically within the meaning of the Electronic Communications Act 2000. No unauthorised alteration or addition should be made to the PSQ document. You must not make any changes to the structure and/or order of the documents provided. In particular, please do not undertake any substantive changes to formatting. If any alteration is made without authorisation, or if the instructions for potential suppliers are not fully complied with, or if any part is not properly completed, we shall be entitled to reject the application."
        },
        "submissionMethodDetails": "https://procontract.due-north.com/Supplier/Advert/View?advertId=53600f9e-0f79-f011-813a-005056b64545&fromProjectDashboard=False&fromRfxSummary=False&selectWorkgroup=False&fromAdvertEvent=False&fromActivityDashboard=False If you wish to apply for this contract opportunity please follow these steps: * Register your organisation free of charge via the London Tenders Portal * When you receive an email confirming your username and password use these to log on to the London Tenders Portal and express your interest in 2425-0477, Void Reservicing, Refurbishment and New Tenancy Repairs Works; 45453100 Refurbishment Work, -45111213 Site-clearance work, -45442100 Painting work, - 45211000 Construction work for multi-dwelling buildings and individual houses, -45421151 Installation of fitted kitchens, -45211310 Bathrooms and construction work, +90911000 Cleaning services, +45451000, 45262660 Asbestos- removal work, +4531000 Electrical installation work, +45311000 Electrical wiring and fitting work, +44230000 Builders carpentry, +45420000 Joinery and carpentry installation work, +45422000 Carpentry installation work, +45431000 Tiling work, +45330000 Plumbing and sanitary works, - 45410000 Plastering Work, -45342000 Erection of fencing, -44221300 Gates, -45421130 Installation of doors and windows, -4543232111 Floor-laying work, -45261910 Roof repair, - 45262520 Bricklaying work. * Shortly after you have expressed interest, you will receive a second email containing a link to access the procurement documents.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-08T11:00:00Z",
        "awardPeriod": {
            "endDate": "2025-11-12T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "048770-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048770-2025",
                "datePublished": "2025-08-14T13:54:34+01:00",
                "format": "text/html"
            },
            {
                "id": "048824-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/048824-2025",
                "datePublished": "2025-08-14T14:54:03+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}