Tender

Mould Surveys, Cleans and Remedial Works

PLATFORM HOUSING LIMITED

This public procurement record has 2 releases in its history.

Tender

27 Mar 2026 at 16:03

Planning

15 Sep 2025 at 11:20

Summary of the contracting process

PLATFORM HOUSING LIMITED is currently seeking contractors to undertake mould surveys, cleaning, and remedial works across their housing portfolio. This procurement process is tagged as 'tender', with a strategic plan to appoint multiple contractors across the Severn, Tame, and Witham regions. The tender, titled "Mould Surveys, Cleans and Remedial Works," emphasizes comprehensive inspections, treatments, and remedy actions to ensure housing units are compliant with regulatory measures, including Awaab's Law. The initiative falls under the industry categories such as cleaning services and architectural & construction services. The procurement stage is active, with submissions due by 7 May 2026. Contract works are projected to commence on 1 December 2026, with a planned contract period lasting until 31 October 2029, potentially extending until 2034, subject to contractor performance.

This tender opens substantial business growth opportunities, particularly for providers specialising in waterproofing, refurbishment, and sanitation services. With Platform Housing's procurement method being selective and featuring a competitive flexible procedure, SMEs and established firms can benefit from extensive exposure in varied geographical localities. The process includes a Selection Questionnaire to gauge supplier capability and capacity, followed by an Invitation to Tender. Businesses adept in managing damp, mould, and sanitation issues, possessing robust quality control and economical pricing strategies stand to gain significantly. The procurement method encourages multiple tender submissions across different lots, with suppliers potentially awarded up to two sub-localities, thereby broadening their operational scope and increasing potential revenue.

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

Notice Title

Mould Surveys, Cleans and Remedial Works

Notice Description

Platform is seeking to appoint contractors to deliver mould surveys, cleaning, and remedial works across its housing portfolio. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The contract will be delivered across Platform's Severn, Tame and Witham regions through a multi-contractor model. The contracting authority intends to appoint multiple contractors across the three localities, contributing to a maximum of ten (10) awards across all lots.

Lot Information

Mould Surveys, Cleans and Remedial Works - Severn

This lot covers the delivery of mould surveys, cleaning and remedial works within the Severn locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Severn locality will be delivered through a multi-contractor model across defined sub-localities: * Severn East - Droitwich and Evesham * Severn Central - Worcester City * Severn West - Malvern and Hereford Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed

Renewal: The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Mould Surveys, Cleans and Remedial Works - Tame

This lot covers the delivery of mould surveys, cleaning and remedial works within the Tame locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Tame locality will be delivered through a multi-contractor model across defined sub-localities: * Tame West - Birmingham / West Midlands * Tame North - Derbyshire * Tame East - Leicestershire * Tame East (Leicester) - Leicester City Blocks Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed

Renewal: The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Mould Surveys, Cleans and Remedial Works - Witham

This lot covers the delivery of mould surveys, cleaning and remedial works within the Witham locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Witham locality will be delivered through a multi-contractor model across defined sub-localities: * Witham West - Nottinghamshire * Witham East - Lincolnshire * Witham South - Market Harborough Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed

Renewal: The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Planning Information

The Pre Market Engagement will be focused around various Meet The Buyer Events x3. Platform's business is structured around 3 geographical localities we have booked a location in each of these locations to run both a presentation and then a "speed dating" event following the presentation. The dates and locations for these events are: 17 October - Lincoln - Lincoln University 21 October - Leicester - Holiday Inn 23 October - Bromsgrove - Holiday Inn All events will start at 10am, unless the formal advertising around these events says something different. The "speed dating" element of the event will be structured around our posed questions from within the presentation (known unknowns) and will last 10 minutes for each Contractor. Following these events, Platform reserve the right to run additional Pre Market Engagement, either 1-2-1 sessions or remote Webinar style, more details will be issued out after the original events have passed and feedback has been taken.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059a31
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028696-2026
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

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45261420 - Waterproofing work

45262690 - Refurbishment of run-down buildings

45453000 - Overhaul and refurbishment work

50700000 - Repair and maintenance services of building installations

71000000 - Architectural, construction, engineering and inspection services

90910000 - Cleaning services

90920000 - Facility related sanitation services

Notice Value(s)

Tender Value
£48,000,000 £10M-£100M
Lots Value
£48,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Mar 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
9 Feb 2026Expired
Award Date
Not specified
Contract Period
1 Dec 2026 - 31 Oct 2029 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
PLATFORM HOUSING LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SOLIHULL
Postcode
B37 7YD
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG32 Solihull
Delivery Location
TLE1 East Yorkshire and Northern Lincolnshire, TLF1 Derbyshire and Nottinghamshire, TLF2 Leicestershire, Rutland and Northamptonshire, TLF3 Lincolnshire, TLG1 Herefordshire, Worcestershire and Warwickshire, TLG2 Shropshire and Staffordshire, TLG3 West Midlands, TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
Solihull
Electoral Ward
Bickenhill
Westminster Constituency
Meriden and Solihull East

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059a31-2026-03-27T16:03:39Z",
    "date": "2026-03-27T16:03:39Z",
    "ocid": "ocds-h6vhtk-059a31",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTHH-6479-BPPR",
            "name": "Platform Housing Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTHH-6479-BPPR"
            },
            "address": {
                "streetAddress": "1700 Solihull Parkway",
                "locality": "Solihull",
                "postalCode": "B37 7YD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG32"
            },
            "contactPoint": {
                "name": "Richard Orders",
                "email": "procurementnotices@platformhg.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.platformhg.com",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-RS008288",
            "name": "PLATFORM HOUSING LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RS008288"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTHH-6479-BPPR"
                }
            ],
            "address": {
                "streetAddress": "1700 Solihull Parkway",
                "locality": "Solihull",
                "postalCode": "B377YD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG32"
            },
            "contactPoint": {
                "email": "procurementnotices@platformhg.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-RS008288",
        "name": "PLATFORM HOUSING LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Pre Market Engagement will be focused around various Meet The Buyer Events x3. Platform's business is structured around 3 geographical localities we have booked a location in each of these locations to run both a presentation and then a \"speed dating\" event following the presentation. The dates and locations for these events are: 17 October - Lincoln - Lincoln University 21 October - Leicester - Holiday Inn 23 October - Bromsgrove - Holiday Inn All events will start at 10am, unless the formal advertising around these events says something different. The \"speed dating\" element of the event will be structured around our posed questions from within the presentation (known unknowns) and will last 10 minutes for each Contractor. Following these events, Platform reserve the right to run additional Pre Market Engagement, either 1-2-1 sessions or remote Webinar style, more details will be issued out after the original events have passed and feedback has been taken.",
                "dueDate": "2025-11-28T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "056528-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056528-2025",
                "datePublished": "2025-09-15T12:20:56+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Lot 5",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Mould Surveys, Cleans and Remedial Works",
        "description": "Platform is seeking to appoint contractors to deliver mould surveys, cleaning, and remedial works across its housing portfolio. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The contract will be delivered across Platform's Severn, Tame and Witham regions through a multi-contractor model. The contracting authority intends to appoint multiple contractors across the three localities, contributing to a maximum of ten (10) awards across all lots.",
        "items": [
            {
                "id": "13",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45261420",
                        "description": "Waterproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453000",
                        "description": "Overhaul and refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90910000",
                        "description": "Cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90920000",
                        "description": "Facility related sanitation services"
                    }
                ],
                "relatedLot": "13",
                "deliveryAddresses": [
                    {
                        "region": "UKG1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45261420",
                        "description": "Waterproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453000",
                        "description": "Overhaul and refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90910000",
                        "description": "Cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90920000",
                        "description": "Facility related sanitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45261420",
                        "description": "Waterproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453000",
                        "description": "Overhaul and refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90910000",
                        "description": "Cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90920000",
                        "description": "Facility related sanitation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "13",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2029-10-31T23:59:59Z",
                    "maxExtentDate": "2034-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "identifiers": [
                    {
                        "id": "1"
                    }
                ],
                "title": "Mould Surveys, Cleans and Remedial Works - Severn",
                "description": "This lot covers the delivery of mould surveys, cleaning and remedial works within the Severn locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Severn locality will be delivered through a multi-contractor model across defined sub-localities: * Severn East - Droitwich and Evesham * Severn Central - Worcester City * Severn West - Malvern and Hereford Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed",
                "value": {
                    "amountGross": 19200000,
                    "amount": 16000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality will be assessed based on the bidder's proposed methodology for delivering mould surveys, cleaning and remedial works, including approach to compliance with Awaab's Law, customer care, service delivery, resource planning, health and safety, and performance management. This criterion is weighted at 70%.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price will be evaluated based on the submitted pricing schedules and overall value for money. This criterion is weighted at 30%.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of economic and financial standing in accordance with the requirements set out in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of technical and professional ability, including relevant experience, resources, and capability to deliver the required services, as detailed in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "description": "Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ). Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender. As outlined in the CoP document, Platform intends to invite between five (5) and seven (7) suppliers to tender for this lot, with between two (2) and three (3) suppliers per sub-locality, subject to sufficient suitable applicants. A maximum of Twenty (20) suppliers will be taken forward across all localities for these lots. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract."
                }
            },
            {
                "id": "2",
                "title": "Mould Surveys, Cleans and Remedial Works - Tame",
                "description": "This lot covers the delivery of mould surveys, cleaning and remedial works within the Tame locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Tame locality will be delivered through a multi-contractor model across defined sub-localities: * Tame West - Birmingham / West Midlands * Tame North - Derbyshire * Tame East - Leicestershire * Tame East (Leicester) - Leicester City Blocks Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed",
                "status": "active",
                "value": {
                    "amountGross": 19200000,
                    "amount": 16000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality will be assessed based on the bidder's proposed methodology for delivering mould surveys, cleaning and remedial works, including approach to compliance with Awaab's Law, customer care, service delivery, resource planning, health and safety, and performance management. This criterion is weighted at 70%.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price will be evaluated based on the submitted pricing schedules and overall value for money. This criterion is weighted at 30%.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of economic and financial standing in accordance with the requirements set out in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of technical and professional ability, including relevant experience, resources, and capability to deliver the required services, as detailed in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "description": "Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ). Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender. As outlined in the CoP document, Platform intends to invite between five (5) and seven (7) suppliers to tender for this lot, with between two (2) and three (3) suppliers per sub-locality, subject to sufficient suitable applicants. A maximum of Twenty (20) suppliers will be taken forward across all localities for these lots. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2029-10-31T23:59:59Z",
                    "maxExtentDate": "2034-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract."
                }
            },
            {
                "id": "3",
                "title": "Mould Surveys, Cleans and Remedial Works - Witham",
                "description": "This lot covers the delivery of mould surveys, cleaning and remedial works within the Witham locality. The services will include inspection and assessment of damp and mould issues, cleaning and treatment works, and associated remedial actions to ensure properties are safe, compliant and meet regulatory requirements, including Awaab's Law. The Witham locality will be delivered through a multi-contractor model across defined sub-localities: * Witham West - Nottinghamshire * Witham East - Lincolnshire * Witham South - Market Harborough Contractors may be appointed to one or more sub-localities in accordance with the award methodology set out in the procurement documents. The contracting authority intends to appoint multiple contractors within each locality as part of a multi-contractor model, contributing to a maximum of ten (10) awards across all lots. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology. The estimated value represents the total anticipated value of works across the locality and is not guaranteed to any individual contractor. Works will be contracted under a JCT Measured Term, where no work can be guaranteed",
                "status": "active",
                "value": {
                    "amountGross": 19200000,
                    "amount": 16000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality will be assessed based on the bidder's proposed methodology for delivering mould surveys, cleaning and remedial works, including approach to compliance with Awaab's Law, customer care, service delivery, resource planning, health and safety, and performance management. This criterion is weighted at 70%.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price will be evaluated based on the submitted pricing schedules and overall value for money. This criterion is weighted at 30%.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of economic and financial standing in accordance with the requirements set out in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to complete a Selection Questionnaire as part of the procurement process. This will include assessment of technical and professional ability, including relevant experience, resources, and capability to deliver the required services, as detailed in the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "description": "Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ). Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender. As outlined in the CoP document, Platform intends to invite between five (5) and seven (7) suppliers to tender for this lot, with between two (2) and three (3) suppliers per sub-locality, subject to sufficient suitable applicants. A maximum of Twenty (20) suppliers will be taken forward across all localities for these lots. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2029-10-31T23:59:59Z",
                    "maxExtentDate": "2034-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract term is three (3) years. The contracting authority reserves the right to extend the contract for up to a further five (5) years through extension periods of up to three (3) years and a further two (2) years. Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-09T23:59:59+00:00"
        },
        "status": "active",
        "value": {
            "amountGross": 57600000,
            "amount": 48000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement will be conducted using a competitive flexible procedure in accordance with the Procurement Act 2023. The process will include a Selection Questionnaire stage to assess supplier capability and capacity, followed by an Invitation to Tender stage. The contracting authority reserves the right to refine the procurement process, including the use of clarification stages, negotiation, or multiple tendering rounds where appropriate. Evaluation will be based on the published award criteria. Contracts may be awarded across multiple lots, with bidders permitted to submit for more than one lot, subject to any limitations set out in the tender documents. Further details of the process, including evaluation methodology and award allocation, will be provided within the procurement documents."
        },
        "submissionMethodDetails": "Tenders must be submitted electronically via the contracting authority's e-tendering portal. Access to the tender documents and submission portal is available at: https://www.platformhg.com/platform-housing-group-procurement Suppliers must register on the system to access the procurement documents and submit a response. All tender responses must be completed and submitted in accordance with the instructions set out in the procurement documents",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-07T14:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-11-01T23:59:59Z"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Contractors may submit bids for multiple lots. The contracting authority intends to appoint multiple contractors across the three localities, with a maximum of ten (10) awards across all lots. A supplier may be awarded up to a maximum of two (2) neighbouring sub-localities, where applicable. Where a supplier is ranked first in more than the permitted number of awards, the contracting authority reserves the right to determine the final allocation of awards in accordance with the published evaluation methodology and locality preferences. The initial ranking of awards may take into account bidder locality preferences as part of the allocation methodology."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "www.proactis.com Tender documents will be made available electronically via the contracting authority's e-tendering portal. Access to the procurement documents will be unrestricted and free of charge via: https://www.platformhg.com/platform-housing-group-procurement Suppliers must register on the e-tendering system to access the full suite of tender documents and submit responses. Further details including how to register on Proactis are available at: https://www.platformhg.com/platform-housing-group-procurement"
            },
            {
                "id": "028696-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028696-2026",
                "datePublished": "2026-03-27T16:03:39Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}