Tender

Housing Repairs 2027

LONDON BOROUGH OF HAMMERSMITH AND FUHAM (LBHF)

This public procurement record has 3 releases in its history.

Tender

20 Apr 2026 at 18:06

PlanningUpdate

22 May 2025 at 12:31

Planning

21 May 2025 at 14:15

Summary of the contracting process

The London Borough of Hammersmith and Fulham (LBHF) is currently in the tender stage of a procurement process titled "Housing Repairs 2027." The procurement focuses on the improvement of the Council's housing repair services, divided into seven Lots with various scopes, such as Emergency callouts, day-to-day repairs, and planned preventative maintenance. This initiative is part of the Council's goals to enhance services, control costs, and ensure performance resilience over the next six years. Utilizing the Competitive Flexible Procedure under the Procurement Act 2023, the Council aims for contracts to be awarded by March 2027, with service commencement slated for August 2027. Interested parties must submit their expressions of interest by 15 May 2026, following the electronic submission guidelines via the Council's eProcurement portal. The anticipated end date for the award phase is 1 March 2027.

This tender represents substantial business growth opportunities, especially for Small and Medium-sized Enterprises (SMEs) and larger suppliers, as the Council seeks diverse contractor capabilities across its housing repair services. The mix of Lots, including emergency repairs, disrepair, and specialist services like damp and mould improvement, necessitate expertise ranging from construction and repair to preventative and lifecycle maintenance processes. The procurement, with an estimated gross value of £142.2 million, invites businesses that can deliver technical and commercial excellence, especially those able to navigate complex requirements and adapt to potential contract modifications. SMEs can particularly benefit from acting as Reserve Contractors, providing additional capability across various workstreams, thereby ensuring capacity is met and continuity provided in case of service delivery challenges.

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

Notice Title

Housing Repairs 2027

Notice Description

The long-term improvement of the Council housing repairs service is dependent on the Council entering into the Contracts with the successful Potential Suppliers by Monday, 1st March 2027 with mobilisation to be completed by Monday, 2nd August 2027 to enable the commencement of the provision of the services on that date. The successful Potential Suppliers across the 7 Lots will be required to support the Council in meeting its key objectives which are threefold: 1. To continue the recovery of responsive repairs, void works, disrepair and damp & mould services, as well as improvements to the customer journey of the Council's residents and offer long-term stability to the Council's repairs supply chain over a period of 6 (six) years. 2. To control the costs of the service through the application of the Contracts. 3. To build upon improvement in performance achieved to date within the repairs service and enhance the resilience of repairs delivery across the 7 Lots. The Council's detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents (Volume 2: Preliminaries (Specification)) relevant to the specific Lot, which can be accessed on the Council's eProcurement Portal, and applicable details across all other documents which form the Procurement Document Suite. In summary, the successful Potential Suppliers will cover the services currently being delivered by the contracts described in Section 1 of the ITT. The only addition is planned preventative maintenance. Across the Lots, the scope of the services being procured includes the following: 1. Emergency callouts and repairs; 2. Day to day repairs to internal properties; 3. Communal repairs (excluding Mechanical and Electrical); 4. Community Hall repairs; 5. Planned preventative maintenance and ad hoc 'lifecycle' renewals (i.e., excluding major works included in the capital programme) for: a. Gutter clearance; b. Drainage works; c. Kitchen replacements; d. Bathroom replacements; e. Window replacements; f. Roofing renewals; g. Damp and mould improvement work; h. Decorating; and i. Energy Performance Certificate (EPC) surveys (during a repair and/or void works). 6. Voids; 7. Disrepair; 8. Damp and mould; 9. Specialist ventilation; 10. Scaffolding; and 11. Roofing The Council is conducting this procurement using the Competitive Flexible Procedure under the Procurement Act 2023 (UKPGA 2023/54) to identify the successful Potential Supplier(s) for the Supplies, Services, and/or Works. No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works. Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process. To secure the long-term improvement of its repairs service, the Council is seeking to procure 7 contracts across 7 Lots as set out in Table A of this document. Potential Suppliers should note that the requirements under Lot 1: Repairs (North) will be carried out by the Council's DLO and will not be procured. The Lots cover the various workstream demands within the Council's housing repair service. Reserve Contractors To ensure capacity and flexibility across the Services, for some Lots, the Council requires Potential Suppliers to act as a Reserve Contractor in another Lot or Lots as detailed in Table A, of the ITT. A successful Potential Supplier will be instructed as a Reserve Contractor to carry out an Order in another Lot when the Potential Supplier awarded a Lot fails to deliver to the Minimum Level of Acceptable Performance, (MLAP) as set out in Schedule 3 of the Contract. The Reserve Contractors for each Lot are set out in Table A, of the ITT. This is in order to reduce the risk of service failure and provide contract opportunities to the market for both Small and Medium-sized Enterprises (SMEs) and larger suppliers. This approach will also allow the Council's DLO to deliver internal responsive repairs, therefore ensuring that there is a mixed approach to delivering repairs across London Borough of Hammersmith and Fulham (LBHF). The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable. The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council. The anticipated value of the Contract(s) for each Lot is included later in this notice. Potential Suppliers should note that the values are indicative only and that the Indicative Total Contract Values include the value of the Contract(s) should they be extended by the Council for the maximum period of 36 months. For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contract(s) should the successful Supplier(s) subsequently find that their submitted solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works. Lots 1, 2, and 3 includes a requirement for the successful Potential Supplier(s) to undertake improvement works, providing the funding is available to the Housing Revenue Account (HRA). The funding is not guaranteed and will include match funding as provided by the government which could vary to a limit of PS10,000,000 (ten million pounds): (PS5,000,00 (five million pounds) grant funding + PS5,000,000 (five million pounds) HRA) per Lot.

Lot Information

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

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

Options: The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

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

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

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

Options: The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

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

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

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

Options: The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

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

Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)

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

Options: The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051b5c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035843-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

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
£118,500,000 £100M-£1B
Lots Value
£118,500,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Apr 20263 days ago
Submission Deadline
1 May 20266 days to go
Future Notice Date
1 Oct 20266 months to go
Award Date
Not specified
Contract Period
1 Aug 2027 - 1 Aug 2030 3-4 years
Recurrence
2031-02-28

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HAMMERSMITH AND FUHAM (LBHF)
Additional Buyers

LONDON BOROUGH OF HAMMERSMITH AND FUHAM

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
W6 9JU
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
TLI33 Kensington & Chelsea and Hammersmith & Fulham

Local Authority
Hammersmith and Fulham
Electoral Ward
Hammersmith Broadway
Westminster Constituency
Hammersmith and Chiswick

Further Information

Notice Documents

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-051b5c-2026-04-20T19:06:54+01:00",
    "date": "2026-04-20T19:06:54+01:00",
    "ocid": "ocds-h6vhtk-051b5c",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024094-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024094-2025",
                "datePublished": "2025-05-21T15:15:01+01:00",
                "format": "text/html"
            },
            {
                "id": "024815-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024815-2025",
                "datePublished": "2025-05-22T13:31:32+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHTW-6333-BQGD",
            "name": "London Borough of Hammersmith and Fuham (LBHF)",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHTW-6333-BQGD"
            },
            "address": {
                "streetAddress": "Town Hall, King Street",
                "locality": "London",
                "postalCode": "W6 9JU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "procurement@lbhf.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.capitalesourcing.com",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHTW-6333-BQGD",
        "name": "London Borough of Hammersmith and Fuham (LBHF)"
    },
    "tender": {
        "id": "ocds-h6vhtk-051b5c",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Housing Repairs 2027",
        "description": "The long-term improvement of the Council housing repairs service is dependent on the Council entering into the Contracts with the successful Potential Suppliers by Monday, 1st March 2027 with mobilisation to be completed by Monday, 2nd August 2027 to enable the commencement of the provision of the services on that date. The successful Potential Suppliers across the 7 Lots will be required to support the Council in meeting its key objectives which are threefold: 1. To continue the recovery of responsive repairs, void works, disrepair and damp & mould services, as well as improvements to the customer journey of the Council's residents and offer long-term stability to the Council's repairs supply chain over a period of 6 (six) years. 2. To control the costs of the service through the application of the Contracts. 3. To build upon improvement in performance achieved to date within the repairs service and enhance the resilience of repairs delivery across the 7 Lots. The Council's detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents (Volume 2: Preliminaries (Specification)) relevant to the specific Lot, which can be accessed on the Council's eProcurement Portal, and applicable details across all other documents which form the Procurement Document Suite. In summary, the successful Potential Suppliers will cover the services currently being delivered by the contracts described in Section 1 of the ITT. The only addition is planned preventative maintenance. Across the Lots, the scope of the services being procured includes the following: 1. Emergency callouts and repairs; 2. Day to day repairs to internal properties; 3. Communal repairs (excluding Mechanical and Electrical); 4. Community Hall repairs; 5. Planned preventative maintenance and ad hoc 'lifecycle' renewals (i.e., excluding major works included in the capital programme) for: a. Gutter clearance; b. Drainage works; c. Kitchen replacements; d. Bathroom replacements; e. Window replacements; f. Roofing renewals; g. Damp and mould improvement work; h. Decorating; and i. Energy Performance Certificate (EPC) surveys (during a repair and/or void works). 6. Voids; 7. Disrepair; 8. Damp and mould; 9. Specialist ventilation; 10. Scaffolding; and 11. Roofing The Council is conducting this procurement using the Competitive Flexible Procedure under the Procurement Act 2023 (UKPGA 2023/54) to identify the successful Potential Supplier(s) for the Supplies, Services, and/or Works. No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works. Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process. To secure the long-term improvement of its repairs service, the Council is seeking to procure 7 contracts across 7 Lots as set out in Table A of this document. Potential Suppliers should note that the requirements under Lot 1: Repairs (North) will be carried out by the Council's DLO and will not be procured. The Lots cover the various workstream demands within the Council's housing repair service. Reserve Contractors To ensure capacity and flexibility across the Services, for some Lots, the Council requires Potential Suppliers to act as a Reserve Contractor in another Lot or Lots as detailed in Table A, of the ITT. A successful Potential Supplier will be instructed as a Reserve Contractor to carry out an Order in another Lot when the Potential Supplier awarded a Lot fails to deliver to the Minimum Level of Acceptable Performance, (MLAP) as set out in Schedule 3 of the Contract. The Reserve Contractors for each Lot are set out in Table A, of the ITT. This is in order to reduce the risk of service failure and provide contract opportunities to the market for both Small and Medium-sized Enterprises (SMEs) and larger suppliers. This approach will also allow the Council's DLO to deliver internal responsive repairs, therefore ensuring that there is a mixed approach to delivering repairs across London Borough of Hammersmith and Fulham (LBHF). The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable. The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council. The anticipated value of the Contract(s) for each Lot is included later in this notice. Potential Suppliers should note that the values are indicative only and that the Indicative Total Contract Values include the value of the Contract(s) should they be extended by the Council for the maximum period of 36 months. For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contract(s) should the successful Supplier(s) subsequently find that their submitted solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works. Lots 1, 2, and 3 includes a requirement for the successful Potential Supplier(s) to undertake improvement works, providing the funding is available to the Housing Revenue Account (HRA). The funding is not guaranteed and will include match funding as provided by the government which could vary to a limit of PS10,000,000 (ten million pounds): (PS5,000,00 (five million pounds) grant funding + PS5,000,000 (five million pounds) HRA) per Lot.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-08-02T00:00:00+01:00",
                    "endDate": "2030-08-01T23:59:59+01:00",
                    "maxExtentDate": "2033-08-01T23:59:59+01:00"
                },
                "status": "active",
                "title": "Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)",
                "description": "Housing Repairs 2027 - Lot 2. Repairs and Voids (North and Central but excluding internal tenanted repairs undertaken by the DLO in Lot 1); and Lot 3. Repairs and Voids (South)",
                "value": {
                    "amountGross": 80091979.2,
                    "amount": 66743316,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "type": "technical",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "description": "In order to be shortlisted to proceed to Stage 2 (Initial Procurement Response) a Potential Supplier's Procurement Specific Questionnaire(PSQ)/Common Assessment Standard (CAS)/Conditions of Participation (CoP) must be complete and compliant with the instructions published in the ITT. The Potential Supplier will also need to have: 1. Passed all Pass/Fail questions; and 2. Passed the Council's requirements for economic and financial standing. The Council will rank such Procurement Responses in order (highest to lowest) by reference to the Potential Supplier's score for the CoP questions. The Council has specified the 5 (five) highest scoring PSQ/CAS/CoP Responses for: Lots 2 and 3; Lots 4 and 5; Lots 6 and 7; and Lot 8. will be invited to participate in Stage 2. Any Potential Supplier tied for fifth place will also be invited to participate in Stage 2. In the event that the Council receives less responses to the PSQ/CAS/CoP that meet the criteria set out in the ITT, than specified in the ITT, for any Lot, the Council reserves the right to: 1. Abandon a Lot or Lots or Lot Set (as the case may be); 2. Abandon the procurement process; 3. Continue the procurement process for the Contract for the Lot or Lots (as the case may be) with a lower number of Potential Suppliers than anticipated in the ITT.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works"
                }
            },
            {
                "id": "2",
                "title": "Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)",
                "description": "Housing Repairs 2027 - Lot 4. Disrepair and Complex Works (North and Central); and Lot 5. Disrepair and Complex Works (South)",
                "status": "active",
                "value": {
                    "amountGross": 28584000,
                    "amount": 23820000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings. System Weighting Display Limitation - Potential Suppliers are advised that the Council's eProcurement Portal is technically limited to displaying question weightings to 1 (one) decimal place. As a result, the weightings displayed within the eProcurement Portal for Lots 4 (Disrepair and Complex Works (North and Central)) & Lot 5 (Disrepair and Complex Works (South)) do not accurately reflect the intended weightings. For the avoidance of doubt, the definitive Assessment Criteria Weighting Scheme is that set out in Table G2 of the published Invitation to Tender (ITT) document, which shall apply for the purposes of assessment.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings. System Weighting Display Limitation - Potential Suppliers are advised that the Council's eProcurement Portal is technically limited to displaying question weightings to 1 (one) decimal place. As a result, the weightings displayed within the eProcurement Portal for Lots 4 (Disrepair and Complex Works (North and Central)) & Lot 5 (Disrepair and Complex Works (South)) do not accurately reflect the intended weightings. For the avoidance of doubt, the definitive Assessment Criteria Weighting Scheme is that set out in Table G2 of the published Invitation to Tender (ITT) document, which shall apply for the purposes of assessment.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "type": "technical",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "description": "In order to be shortlisted to proceed to Stage 2 (Initial Procurement Response) a Potential Supplier's Procurement Specific Questionnaire(PSQ)/Common Assessment Standard (CAS)/Conditions of Participation (CoP) must be complete and compliant with the instructions published in the ITT. The Potential Supplier will also need to have: 1. Passed all Pass/Fail questions; and 2. Passed the Council's requirements for economic and financial standing. The Council will rank such Procurement Responses in order (highest to lowest) by reference to the Potential Supplier's score for the CoP questions. The Council has specified the 5 (five) highest scoring PSQ/CAS/CoP Responses for: Lots 2 and 3; Lots 4 and 5; Lots 6 and 7; and Lot 8. will be invited to participate in Stage 2. Any Potential Supplier tied for fifth place will also be invited to participate in Stage 2. In the event that the Council receives less responses to the PSQ/CAS/CoP that meet the criteria set out in the ITT, than specified in the ITT, for any Lot, the Council reserves the right to: 1. Abandon a Lot or Lots or Lot Set (as the case may be); 2. Abandon the procurement process; 3. Continue the procurement process for the Contract for the Lot or Lots (as the case may be) with a lower number of Potential Suppliers than anticipated in the ITT.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-08-02T00:00:00+01:00",
                    "endDate": "2030-08-01T23:59:59+01:00",
                    "maxExtentDate": "2033-08-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works"
                }
            },
            {
                "id": "3",
                "title": "Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)",
                "description": "Housing Repairs 2027 - Lot 6. Damp and Mould (North and Central); and Lot 7. Damp and Mould (South)",
                "status": "active",
                "value": {
                    "amountGross": 29204020.8,
                    "amount": 24336684,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "type": "technical",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "description": "In order to be shortlisted to proceed to Stage 2 (Initial Procurement Response) a Potential Supplier's Procurement Specific Questionnaire(PSQ)/Common Assessment Standard (CAS)/Conditions of Participation (CoP) must be complete and compliant with the instructions published in the ITT. The Potential Supplier will also need to have: 1. Passed all Pass/Fail questions; and 2. Passed the Council's requirements for economic and financial standing. The Council will rank such Procurement Responses in order (highest to lowest) by reference to the Potential Supplier's score for the CoP questions. The Council has specified the 5 (five) highest scoring PSQ/CAS/CoP Responses for: Lots 2 and 3; Lots 4 and 5; Lots 6 and 7; and Lot 8. will be invited to participate in Stage 2. Any Potential Supplier tied for fifth place will also be invited to participate in Stage 2. In the event that the Council receives less responses to the PSQ/CAS/CoP that meet the criteria set out in the ITT, than specified in the ITT, for any Lot, the Council reserves the right to: 1. Abandon a Lot or Lots or Lot Set (as the case may be); 2. Abandon the procurement process; 3. Continue the procurement process for the Contract for the Lot or Lots (as the case may be) with a lower number of Potential Suppliers than anticipated in the ITT.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-08-02T00:00:00+01:00",
                    "endDate": "2030-08-01T23:59:59+01:00",
                    "maxExtentDate": "2033-08-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works"
                }
            },
            {
                "id": "4",
                "title": "Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)",
                "description": "Housing Repairs 2027 - Lot 8. Drainage Planned Preventative Maintenance (Boroughwide)",
                "status": "active",
                "value": {
                    "amountGross": 4320000,
                    "amount": 3600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "type": "technical",
                            "description": "The Procurement Specific Questionnaire (PSQ) identified in Table the Council's ITT and published on its eProcurement portal consists of 3 (three) parts, where Part 3: Questions Relating to Conditions of Participation (CoP) at Tables F1, F2, F3, F4, and F5 includes where the Council has set CoP which a Potential Supplier must satisfy in order to be awarded a public contract, these relate to the Potential Supplier's legal and financial capacity and/or their technical ability to perform the Contract(s)."
                        },
                        {
                            "description": "In order to be shortlisted to proceed to Stage 2 (Initial Procurement Response) a Potential Supplier's Procurement Specific Questionnaire(PSQ)/Common Assessment Standard (CAS)/Conditions of Participation (CoP) must be complete and compliant with the instructions published in the ITT. The Potential Supplier will also need to have: 1. Passed all Pass/Fail questions; and 2. Passed the Council's requirements for economic and financial standing. The Council will rank such Procurement Responses in order (highest to lowest) by reference to the Potential Supplier's score for the CoP questions. The Council has specified the 5 (five) highest scoring PSQ/CAS/CoP Responses for: Lots 2 and 3; Lots 4 and 5; Lots 6 and 7; and Lot 8. will be invited to participate in Stage 2. Any Potential Supplier tied for fifth place will also be invited to participate in Stage 2. In the event that the Council receives less responses to the PSQ/CAS/CoP that meet the criteria set out in the ITT, than specified in the ITT, for any Lot, the Council reserves the right to: 1. Abandon a Lot or Lots or Lot Set (as the case may be); 2. Abandon the procurement process; 3. Continue the procurement process for the Contract for the Lot or Lots (as the case may be) with a lower number of Potential Suppliers than anticipated in the ITT.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-08-02T00:00:00+01:00",
                    "endDate": "2030-08-01T23:59:59+01:00",
                    "maxExtentDate": "2033-08-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated Contract Period is 3 (three years) with the ability for the Council to extend the Contract(s) for 2 (two) further extension periods up to a maximum of 36 months: the first extension period being 2 (two) years (24 months) in duration and the second extension period being 1 (one) year (12 months) in duration. The maximum total Contract Period for the Contract(s) is therefore six (6) years. Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-10-01T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "024815-2025",
                "description": "Inclusion of further CPV codes"
            }
        ],
        "value": {
            "amountGross": 142200000,
            "amount": 118500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Competitive Flexible Procedure is intended to follow the 3 (three) stages below, which are set out in further detail in the Invitation To Tender (ITT) document published as part of this procurement process. STAGE 1: INVITATION TO PARTICIPATE: Procurement Specific Questionnaire (PSQ), incorporating the Common Assessment Standard (CAS) and Conditions of Participation (CoP) Responses, (the \"PSQ\"), used to shortlist suppliers. STAGE 2: INITIAL PROCUREMENT RESPONSE: Submission of initial Technical (Quality) and Commercial (Price) Responses, followed, at the discretion of London Borough of Hammersmith and Fulham Council (the \"Council\"), by negotiation. STAGE 3: FINAL PROCUREMENT RESPONSE: Submission of final Technical (Quality) and Commercial (Price) Responses (as required)"
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "Suppliers are requested to register on our tender portal to access the tender. https://www.capitalesourcing.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-15T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-01T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2027-03-01T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "council's eProcuring portal (capitalEsourcing)"
            },
            {
                "id": "035843-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035843-2026",
                "datePublished": "2026-04-20T19:06:54+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-02-28T23:59:59+00:00"
                }
            ]
        },
        "riskDetails": "The Council has considered paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out in the ITT document. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement process. In the event that it does so, all Potential Suppliers will be notified. It should also be noted that there may be further risks identified within the Contract Period which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks Which May Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks Which May Arise and Require a Contract Modification Under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), Other Than Paragraph 5 Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope, including, but not limited to, decarbonisation works"
    },
    "language": "en"
}