Planning

HASTOE GROUP INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS MADE OF 2 Lots.

HASTOE HOUSING ASSOCIATION LTD

This public procurement record has 1 release in its history.

Planning

03 Jun 2025 at 18:05

Summary of the contracting process

Hastoe Housing Association Ltd, located in Kingston upon Thames, UK, is the buying organisation responsible for the current public procurement process titled "HASTOE GROUP INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS MADE OF 2 Lots." This process falls under the industry category of repair and maintenance services and is currently in the planning stage. The procurement method is an Open Procedure, and it encompasses two distinct lots covering responsive repairs and voids responsive maintenance services. The engagement process is scheduled to end by 12th June 2025, with further communication expected by 14th July 2025. The framework is intended to run from August 2025 for a period of four years, with a possible extension to six years, covering locations within the United Kingdom's UKJ2 region.

This tender presents significant business growth opportunities, particularly for suppliers with expertise in building installation, repair, and maintenance services, as well as refurbishment and cleaning activities. It is especially advantageous for entities capable of providing comprehensive services in areas like plumbing, electrical and structural repairs, pest control, and accessibility improvements. Suppliers are also expected to have a robust financial and technical standing, as demonstrated by requisite certifications and experience from past projects. With an estimated contract value of £1.8 million over six years, businesses that can provide competitive, quality services stand a good chance of securing this contract. Suppliers are encouraged to express interest and participate in shaping the final specification through the market engagement process.

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

HASTOE GROUP INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS MADE OF 2 Lots.

Notice Description

The aim of this procurement process is to appoint one provider for each Lot of this procurement to deliver the Lot 1 - Responsive Repairs Goods and Services and Lot 2 - Voids Responsive Repairs Goods and Services. The anticipated annual contract value is estimated at PS300,000 split as PS250k per annum as responsive repairs and maintenance and circa PS50k per annum spend on Voids, , resulting in a total estimated annual spend of PS300,000. Over the full six-year term, the estimated total contract value is PS1,800,000 including VAT. Please note that whilst this is an estimated contract value it is not in any way guaranteed. The engagement process will be 3 stages. 1. A survey with shaping questions will be sent to all interested parties. 2. Supplier completed questionnaires, and feedback will be collated, and a 3. a full supplier day may take place at the Contracting Authorities discretion. Please note that whilst this is an estimated contract value it is not in any way guaranteed. The engagement process will be 3 stages. 1. A survey with shaping questions will be sent to all interested parties. 2. Supplier completed questionnaires, and feedback will be collated, and a 3. a full supplier day will take place. The services planned to be tendered include but are not limited to: Lot 1 - Responsive Repairs Goods and Services, both in working hours and out of hours emergency call outs. Routine Inspections: Regular checks to identify and address minor issues before they become major problems. 1.Plumbing Repairs: Fixing leaks, unclogging drains, and maintaining water systems. 2.Electrical Repairs: Addressing faulty wiring, replacing light fixtures, and ensuring safe electrical systems. 3.Roof Repairs: Fixing leaks, replacing damaged shingles, and maintaining roof integrity. 4.Window and Door Repairs: Replacing broken glass, fixing locks, and ensuring proper insulation. 5.Structural Repairs: Addressing issues with walls, foundations, and other structural elements. 6.Pest Control: Managing infestations and preventing future occurrences. 7.Painting and Decorating: Refreshing interiors and exteriors to maintain aesthetic appeal. 8.Accessibility Improvements: Installing ramps, handrails, and other modifications to support residents with disabilities. As part of the service provision, the Contracting Authority is planning to put in place a new Framework solution which will enable the Contracting Authority to provide full range of Goods, Services and Maintenance across the following areas: Lot 2 - Voids This Lot will include, but is not limited to, the workstreams identified below. The Contracting Authority reserves the right to make changes to the content of the Lot based on Market Engagement Feedback. Initial Inspection: Conducting a thorough inspection to identify any damage or necessary repairs. 9.Cleaning: Deep cleaning the entire property, including carpets, windows, and appliances. 10.Painting and Decorating: Refreshing walls, ceilings, and other surfaces to make the property more appealing. 11.Plumbing Repairs: Fixing leaks, replacing fixtures, and ensuring all plumbing systems are functional. 12.Electrical Repairs: Checking and repairing wiring, outlets, and light fixtures. 13.Pest Control: Addressing any infestations and taking preventive measures. 14.Security Enhancements: Ensuring locks, doors, and windows are secure to prevent unauthorized access. 15.Structural Repairs: Fixing any issues with walls, floors, and ceilings. 16.Accessibility Improvements: Making necessary modifications to support residents with disabilities. 17.Waste Removal: Clearing out any leftover belongings or debris from previous tenants. 18.Minor Repairs: Addressing small issues like broken tiles, damaged countertops, or loose fittings. Engagement Conditions of Participation: Legal and financial capability: Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement. Likely evidence and process: A copy of the supplier's registration documents and all relevant certifications and accreditations. Dunn and Bradstreet report to review all Suppliers' operational standing. Technical Ability to perform the Services and provide the Goods as set out: Requirement: The supplier must demonstrate the technical capability and experience necessary to fulfil the contract requirements. Likely evidence and process: A list of principal services provided in the past three years, including values, dates, and recipients. Details of the technical ability and measures for ensuring quality. Qualifications and experience of key personnel. Quality and Technical Questions to be completed fully, evidencing the Suppliers' ability to provide the goods and services. Payment Terms: 30 days net end of month invoice received. Contract Dates and Expected Process. Estimated Date of Tender Notice Publication: June 2025, TBC Estimated Date for Submission of Requests to Participate: June - July 2025, TBC Procedure Expected to be Used: Open Procedure Selection Process: Mandatory Documents and Certification: Legal and financial capacity documents. Certifications and declarations of compliance. Procurement Specific Questionnaire (PSQ): Mandatory Questions: Legal, financial, and technical capacity. Discretionary Questions: Past performance, references, and other relevant criteria. Exclusion Criteria: Both Mandatory and Discretionary Technical/Quality Questionnaire: Estimated 60%. Detailed questions assessing the supplier's technical ability and quality assurance measures, including social value Pricing Evaluation: Estimated 40%. Detailed breakdown of costs and pricing structure. Overall Threshold: For the Suppliers that pass the PSQ, award criteria for both Lots, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score. The highest scorer with the combined score will be the winning Bidder for each Lot. NB - The specifics of the Financial / Non-Financial weightings are to be confirmed following initial market engagement. Term of the Framework Including Extensions: 4 years initially with extensions of up to 24 months to a 6 year maximum term. Previous Framework Information: Prior Framework was a single Lot in a larger Framework, this element has now been split out. Intention to Award the Framework to: A single Supplier by Lot, Suppliers can bid for one of or both Lots. What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: No fees will be charged within this process. Will an Electronic Auction be Used: No What Lots will Form this Tender: There will be two Lots, Planned and Responsive Maintenance Services in Lot 1 and Voids Responsive Maintenance Services in Lot 2. Will it be Awarded by Lot: Yes Estimated Award Criteria for Each Lot: Both Lots will be awarded on a highest scoring Supplier basis. The Supplier that reaches the highest combined score across the Quality/Technical and Financial evaluations will be awarded to each Lot of the framework. All specifics for the scoring mechanism will be completed in detail following the market engagement, the Contracting Authority reserves the right to amend the award criteria based on Market Engagement. Can a Supplier bid for all Lots: Yes Estimated Date of Contract Award: August 2025 Estimated Value of the Contract: cPS1.8m Over the full agreement term including VAT Estimated Value of Each Lot: Lot 1 - Planned and Responsive Maintenance Services - over 6 years, to be confirmed circa PS1.5m. Lot 2 - Voids Responsive Maintenance Services - Over 6 years cPS300k Tendering Process - Number of Days for the ITT to be Live: To be confirmed following Market Engagement Associated Notice - Preliminary Market Engagement Notice:. Document Access: Documents relating to the procurement can be obtained from Procurement, Contract & Tender Management - Delta eSourcing. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=955668812

Planning Information

Engagement Engagement Deadline: 12th June 2025 1700 Hours Engagement Process: The engagement process will be made up of three stages. 1.Following the date of the publication of this Notice, Suppliers will have the opportunity to express their interest by emailing – procurementaltair@altairltd.co.uk; the email of expression MUST have in the subject line the Title of the Planned Procurement and the Unique Identifier, stating “Expression of Interest” i.e. Subject: INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS in 2 Lots – Ref ACHGITTRM0001 – Expression of Interest. The window for expressions of interest will be 7 Working Days following the date of publication. Please state which of the Lots you are expressing an interest in. 2.Following receipt of Expression of Interest email, the Agent acting on behalf of the Contracting Authority, will distribute a questionnaire for completion. All interested Suppliers will then be given 5 Working Days to complete and return the Questionnaire to procurementaltair@altairltd.co.uk; 3.Following the deadline for receipt of Questionnaires, the Contracting Authority and its Agent reserves the right to invite all Suppliers who Expressed an Interest, to a Supplier feedback session on Teams, where feedback and comments will be anonymised to enable free discussion, inform and shape the upcoming procurement process, this is anticipated to be week commencing 16th of June 2025 although this date may need to be moved based on market feedback. NB The Agent reserves the right to hold 1-2-1’s with Suppliers at any time during the market engagement process. The Supplier insights and expertise will be invaluable in shaping our approach. Any information gathered from suppliers that materially shapes the final specification or requirements, (unless proprietary and/or commercially sensitive), will be made available to all Potential Bidders when the formal tender is published

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-052be8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029657-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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

50 - Repair and maintenance services

70 - Real estate services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

44111000 - Building materials

45210000 - Building construction work

45300000 - Building installation work

45320000 - Insulation work

45453100 - Refurbishment work

50000000 - Repair and maintenance services

50700000 - Repair and maintenance services of building installations

70333000 - Housing services

90911000 - Accommodation, building and window cleaning services

90911200 - Building-cleaning services

90911300 - Window-cleaning services

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jun 20258 months ago
Submission Deadline
Not specified
Future Notice Date
14 Jul 2025Expired
Award Date
Not specified
Contract Period
18 Aug 2025 - 17 Aug 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HASTOE HOUSING ASSOCIATION LTD
Additional Buyers

ALTAIR ADVISORY AND CONSULTANCY LIMITED

Contact Name
Procurement Altair
Contact Email
procurementaltair@altairltd.co.uk
Contact Phone
02079340175

Buyer Location

Locality
KINGSTON UPON THAMES
Postcode
KT1 4BH
Post Town
Kingston upon Thames
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLJ2 Surrey, East and West Sussex

Local Authority
Southwark
Electoral Ward
North Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-052be8-2025-06-03T19:05:08+01:00",
    "date": "2025-06-03T19:05:08+01:00",
    "ocid": "ocds-h6vhtk-052be8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXGT-2943-TQCV",
            "name": "Hastoe Housing Association Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXGT-2943-TQCV"
            },
            "address": {
                "streetAddress": "Marina House, 17 Marina Pl, Hampton Wick",
                "locality": "Kingston upon Thames",
                "postalCode": "KT1 4BH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI75"
            },
            "contactPoint": {
                "name": "Procurement Altair",
                "email": "procurementaltair@altairltd.co.uk",
                "telephone": "02079340175"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PYNQ-8391-HMXD",
            "name": "Altair Advisory and Consultancy Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYNQ-8391-HMXD"
            },
            "address": {
                "streetAddress": "Tempus Wharf, 29a Bermondsey Wall West,",
                "locality": "London",
                "postalCode": "SE16 4SA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "name": "Procurement Altair",
                "email": "procurementaltair@altairltd.co.uk",
                "telephone": "02079340175"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Agent"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXGT-2943-TQCV",
        "name": "Hastoe Housing Association Ltd"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Engagement Engagement Deadline: 12th June 2025 1700 Hours Engagement Process: The engagement process will be made up of three stages. 1.Following the date of the publication of this Notice, Suppliers will have the opportunity to express their interest by emailing - procurementaltair@altairltd.co.uk; the email of expression MUST have in the subject line the Title of the Planned Procurement and the Unique Identifier, stating \"Expression of Interest\" i.e. Subject: INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS in 2 Lots - Ref ACHGITTRM0001 - Expression of Interest. The window for expressions of interest will be 7 Working Days following the date of publication. Please state which of the Lots you are expressing an interest in. 2.Following receipt of Expression of Interest email, the Agent acting on behalf of the Contracting Authority, will distribute a questionnaire for completion. All interested Suppliers will then be given 5 Working Days to complete and return the Questionnaire to procurementaltair@altairltd.co.uk; 3.Following the deadline for receipt of Questionnaires, the Contracting Authority and its Agent reserves the right to invite all Suppliers who Expressed an Interest, to a Supplier feedback session on Teams, where feedback and comments will be anonymised to enable free discussion, inform and shape the upcoming procurement process, this is anticipated to be week commencing 16th of June 2025 although this date may need to be moved based on market feedback. NB The Agent reserves the right to hold 1-2-1's with Suppliers at any time during the market engagement process. The Supplier insights and expertise will be invaluable in shaping our approach. Any information gathered from suppliers that materially shapes the final specification or requirements, (unless proprietary and/or commercially sensitive), will be made available to all Potential Bidders when the formal tender is published",
                "dueDate": "2025-06-12T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "029657-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029657-2025",
                "datePublished": "2025-06-03T19:05:08+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-052be8",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "HASTOE GROUP INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS MADE OF 2 Lots.",
        "description": "The aim of this procurement process is to appoint one provider for each Lot of this procurement to deliver the Lot 1 - Responsive Repairs Goods and Services and Lot 2 - Voids Responsive Repairs Goods and Services. The anticipated annual contract value is estimated at PS300,000 split as PS250k per annum as responsive repairs and maintenance and circa PS50k per annum spend on Voids, , resulting in a total estimated annual spend of PS300,000. Over the full six-year term, the estimated total contract value is PS1,800,000 including VAT. Please note that whilst this is an estimated contract value it is not in any way guaranteed. The engagement process will be 3 stages. 1. A survey with shaping questions will be sent to all interested parties. 2. Supplier completed questionnaires, and feedback will be collated, and a 3. a full supplier day may take place at the Contracting Authorities discretion. Please note that whilst this is an estimated contract value it is not in any way guaranteed. The engagement process will be 3 stages. 1. A survey with shaping questions will be sent to all interested parties. 2. Supplier completed questionnaires, and feedback will be collated, and a 3. a full supplier day will take place. The services planned to be tendered include but are not limited to: Lot 1 - Responsive Repairs Goods and Services, both in working hours and out of hours emergency call outs. Routine Inspections: Regular checks to identify and address minor issues before they become major problems. 1.Plumbing Repairs: Fixing leaks, unclogging drains, and maintaining water systems. 2.Electrical Repairs: Addressing faulty wiring, replacing light fixtures, and ensuring safe electrical systems. 3.Roof Repairs: Fixing leaks, replacing damaged shingles, and maintaining roof integrity. 4.Window and Door Repairs: Replacing broken glass, fixing locks, and ensuring proper insulation. 5.Structural Repairs: Addressing issues with walls, foundations, and other structural elements. 6.Pest Control: Managing infestations and preventing future occurrences. 7.Painting and Decorating: Refreshing interiors and exteriors to maintain aesthetic appeal. 8.Accessibility Improvements: Installing ramps, handrails, and other modifications to support residents with disabilities. As part of the service provision, the Contracting Authority is planning to put in place a new Framework solution which will enable the Contracting Authority to provide full range of Goods, Services and Maintenance across the following areas: Lot 2 - Voids This Lot will include, but is not limited to, the workstreams identified below. The Contracting Authority reserves the right to make changes to the content of the Lot based on Market Engagement Feedback. Initial Inspection: Conducting a thorough inspection to identify any damage or necessary repairs. 9.Cleaning: Deep cleaning the entire property, including carpets, windows, and appliances. 10.Painting and Decorating: Refreshing walls, ceilings, and other surfaces to make the property more appealing. 11.Plumbing Repairs: Fixing leaks, replacing fixtures, and ensuring all plumbing systems are functional. 12.Electrical Repairs: Checking and repairing wiring, outlets, and light fixtures. 13.Pest Control: Addressing any infestations and taking preventive measures. 14.Security Enhancements: Ensuring locks, doors, and windows are secure to prevent unauthorized access. 15.Structural Repairs: Fixing any issues with walls, floors, and ceilings. 16.Accessibility Improvements: Making necessary modifications to support residents with disabilities. 17.Waste Removal: Clearing out any leftover belongings or debris from previous tenants. 18.Minor Repairs: Addressing small issues like broken tiles, damaged countertops, or loose fittings. Engagement Conditions of Participation: Legal and financial capability: Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement. Likely evidence and process: A copy of the supplier's registration documents and all relevant certifications and accreditations. Dunn and Bradstreet report to review all Suppliers' operational standing. Technical Ability to perform the Services and provide the Goods as set out: Requirement: The supplier must demonstrate the technical capability and experience necessary to fulfil the contract requirements. Likely evidence and process: A list of principal services provided in the past three years, including values, dates, and recipients. Details of the technical ability and measures for ensuring quality. Qualifications and experience of key personnel. Quality and Technical Questions to be completed fully, evidencing the Suppliers' ability to provide the goods and services. Payment Terms: 30 days net end of month invoice received. Contract Dates and Expected Process. Estimated Date of Tender Notice Publication: June 2025, TBC Estimated Date for Submission of Requests to Participate: June - July 2025, TBC Procedure Expected to be Used: Open Procedure Selection Process: Mandatory Documents and Certification: Legal and financial capacity documents. Certifications and declarations of compliance. Procurement Specific Questionnaire (PSQ): Mandatory Questions: Legal, financial, and technical capacity. Discretionary Questions: Past performance, references, and other relevant criteria. Exclusion Criteria: Both Mandatory and Discretionary Technical/Quality Questionnaire: Estimated 60%. Detailed questions assessing the supplier's technical ability and quality assurance measures, including social value Pricing Evaluation: Estimated 40%. Detailed breakdown of costs and pricing structure. Overall Threshold: For the Suppliers that pass the PSQ, award criteria for both Lots, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score. The highest scorer with the combined score will be the winning Bidder for each Lot. NB - The specifics of the Financial / Non-Financial weightings are to be confirmed following initial market engagement. Term of the Framework Including Extensions: 4 years initially with extensions of up to 24 months to a 6 year maximum term. Previous Framework Information: Prior Framework was a single Lot in a larger Framework, this element has now been split out. Intention to Award the Framework to: A single Supplier by Lot, Suppliers can bid for one of or both Lots. What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: No fees will be charged within this process. Will an Electronic Auction be Used: No What Lots will Form this Tender: There will be two Lots, Planned and Responsive Maintenance Services in Lot 1 and Voids Responsive Maintenance Services in Lot 2. Will it be Awarded by Lot: Yes Estimated Award Criteria for Each Lot: Both Lots will be awarded on a highest scoring Supplier basis. The Supplier that reaches the highest combined score across the Quality/Technical and Financial evaluations will be awarded to each Lot of the framework. All specifics for the scoring mechanism will be completed in detail following the market engagement, the Contracting Authority reserves the right to amend the award criteria based on Market Engagement. Can a Supplier bid for all Lots: Yes Estimated Date of Contract Award: August 2025 Estimated Value of the Contract: cPS1.8m Over the full agreement term including VAT Estimated Value of Each Lot: Lot 1 - Planned and Responsive Maintenance Services - over 6 years, to be confirmed circa PS1.5m. Lot 2 - Voids Responsive Maintenance Services - Over 6 years cPS300k Tendering Process - Number of Days for the ITT to be Live: To be confirmed following Market Engagement Associated Notice - Preliminary Market Engagement Notice:. Document Access: Documents relating to the procurement can be obtained from Procurement, Contract & Tender Management - Delta eSourcing. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=955668812",
        "items": [
            {
                "id": "ACHGITTRM0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44111000",
                        "description": "Building materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45320000",
                        "description": "Insulation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70333000",
                        "description": "Housing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911200",
                        "description": "Building-cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911300",
                        "description": "Window-cleaning services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "ACHGITTRM0001"
            }
        ],
        "value": {
            "amountGross": 1800000,
            "amount": 1500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "ACHGITTRM0001",
                "contractPeriod": {
                    "startDate": "2025-08-18T00:00:00Z",
                    "endDate": "2029-08-17T23:59:59Z",
                    "maxExtentDate": "2031-08-17T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-14T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}