Notice Information
Notice Title
Passive Fire Protection Works
Notice Description
Platform Housing Ltd is seeking to appoint contractors to deliver passive fire protection works across its housing portfolio. The services will include inspection, installation, repair and maintenance of passive fire safety measures, including fire stopping, compartmentation and associated remedial works. Also including the repairs (Responsive & Planned) of Fire Doors. The contract will support statutory compliance and building safety requirements across a range of housing stock types, including houses, flats and low- to medium-rise residential buildings. The contract is structured geographically and services will be delivered across Platform's Severn, Tame and Witham regions. One contractor will be appointed per lot to deliver these regionalised services.
Lot Information
Passive Fire Protection - Severn
This lot covers the delivery of passive fire safety works within the Severn locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Severn locality will be delivered across: * Severn East - Droitwich and Evesham * Severn Central - Worcester City * Severn West - Malvern and Hereford The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.
Renewal: The initial contract term is five (5) 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.
Passive Fire Protection - TameThis lot covers the delivery of passive fire safety works within the Tame locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Tame locality will be delivered across: * Tame West - Birmingham / West Midlands * Tame North - Derbyshire * Tame East - Leicestershire The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.
Renewal: The initial contract term is five (5) 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.
Passive Fire Protection - WithamThis lot covers the delivery of passive fire safety works within the Witham locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Witham locality will be delivered across: * Witham West - Nottinghamshire * Witham East - Lincolnshire * Witham South - Market Harborough The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.
Renewal: The initial contract term is five (5) 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067705
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028723-2026
- Current Stage
- Tender
- All Stages
- 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
-
- CPV Codes
45210000 - Building construction work
45262600 - Miscellaneous special-trade construction work
45343100 - Fireproofing work
45453100 - Refurbishment work
Notice Value(s)
- Tender Value
- £120,000,000 £100M-£1B
- Lots Value
- £120,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Nov 2026 - 31 Oct 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/028723-2026
27th March 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-067705-2026-03-27T16:20:51Z",
"date": "2026-03-27T16:20:51Z",
"ocid": "ocds-h6vhtk-067705",
"initiationType": "tender",
"parties": [
{
"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": {
"noEngagementNoticeRationale": "This has been carried out however the notice cannot be linked across multi lots."
},
"tender": {
"id": "ocds-h6vhtk-067705",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Passive Fire Protection Works",
"description": "Platform Housing Ltd is seeking to appoint contractors to deliver passive fire protection works across its housing portfolio. The services will include inspection, installation, repair and maintenance of passive fire safety measures, including fire stopping, compartmentation and associated remedial works. Also including the repairs (Responsive & Planned) of Fire Doors. The contract will support statutory compliance and building safety requirements across a range of housing stock types, including houses, flats and low- to medium-rise residential buildings. The contract is structured geographically and services will be delivered across Platform's Severn, Tame and Witham regions. One contractor will be appointed per lot to deliver these regionalised services.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45262600",
"description": "Miscellaneous special-trade construction work"
},
{
"scheme": "CPV",
"id": "45343100",
"description": "Fireproofing work"
},
{
"scheme": "CPV",
"id": "45453100",
"description": "Refurbishment work"
}
],
"deliveryAddresses": [
{
"region": "UKG1",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK1",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45262600",
"description": "Miscellaneous special-trade construction work"
},
{
"scheme": "CPV",
"id": "45343100",
"description": "Fireproofing work"
},
{
"scheme": "CPV",
"id": "45453100",
"description": "Refurbishment work"
}
],
"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": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45262600",
"description": "Miscellaneous special-trade construction work"
},
{
"scheme": "CPV",
"id": "45343100",
"description": "Fireproofing work"
},
{
"scheme": "CPV",
"id": "45453100",
"description": "Refurbishment work"
}
],
"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"
}
],
"value": {
"amountGross": 144000000,
"amount": 120000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Platform Housing Group will conduct this procurement using the Competitive Flexible Procedure in accordance with the Procurement Act 2023. The procurement will be undertaken in two stages. Stage 1 - Conditions of Participation / Procurement Specific Questionnaire (PSQ): Suppliers will be required to complete a Procurement Specific Questionnaire which includes confirmation of core supplier information via the Central Digital Platform, exclusion grounds declarations, and responses to Conditions of Participation relating to financial capacity, legal compliance and technical ability. Certain questions will be assessed on a pass/fail basis and others will be scored. Further details regarding the Conditions of Participation, including the assessment and scoring methodology, can be found within the Conditions of Participation (CoP) document issued with the procurement documents. Following evaluation of PSQ submissions, Platform Housing Group intends to shortlist the highest ranked suppliers that meet the Conditions of Participation to proceed to the next stage of the procurement. Stage 2 - Invitation to Tender (ITT): Shortlisted suppliers will be invited to submit a full tender in response to the procurement documents. Tenders will be evaluated on the basis of the Most Advantageous Tender (MAT), taking into account quality and price criteria as set out in the tender documentation. Platform Housing Group reserves the right to seek clarification of submissions and may refine the procurement process where permitted under the Procurement Act 2023. Contracts will be awarded to the highest scoring suppliers in accordance with the award criteria and the maximum number of suppliers specified for each lot."
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"submissionMethodDetails": "www.proactis.com All tender submissions must be submitted electronically via the Platform Housing Group eTendering system (Proactis). Interested suppliers must register on Proactis and search for the opportunity in order to access the procurement documents and submit a response. No submissions will be accepted outside of the Proactis system.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-04-24T14:00:00+01:00",
"awardPeriod": {
"endDate": "2026-10-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Passive Fire Protection - Severn",
"description": "This lot covers the delivery of passive fire safety works within the Severn locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Severn locality will be delivered across: * Severn East - Droitwich and Evesham * Severn Central - Worcester City * Severn West - Malvern and Hereford The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.",
"status": "active",
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023. Full details are available within the Conditions of Participation document suite."
},
{
"type": "technical",
"description": "Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. This will include (but is not limited to) relevant experience in delivering passive fire protection works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023. 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 three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants. A maximum of nine (9) suppliers will be taken forward across all localities for this lot. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-11-01T00:00:00Z",
"endDate": "2031-10-31T23:59:59Z",
"maxExtentDate": "2036-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term is five (5) 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": "Passive Fire Protection - Tame",
"description": "This lot covers the delivery of passive fire safety works within the Tame locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Tame locality will be delivered across: * Tame West - Birmingham / West Midlands * Tame North - Derbyshire * Tame East - Leicestershire The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.",
"status": "active",
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023. Full details are available within the Conditions of Participation document suite."
},
{
"type": "technical",
"description": "Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. This will include (but is not limited to) relevant experience in delivering passive fire protection works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023. 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 three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants. A maximum of nine (9) suppliers will be taken forward across all localities for this lot. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-11-01T00:00:00Z",
"endDate": "2031-10-31T23:59:59Z",
"maxExtentDate": "2036-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term is five (5) 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": "Passive Fire Protection - Witham",
"description": "This lot covers the delivery of passive fire safety works within the Witham locality. The services will include fire stopping, compartmentation works, fire door installation and maintenance, and associated remedial works to ensure compliance with relevant fire safety regulations and standards. The Witham locality will be delivered across: * Witham West - Nottinghamshire * Witham East - Lincolnshire * Witham South - Market Harborough The contracting authority intends to appoint one contractor per locality for this lot. The estimated value represents the total anticipated value of works across the locality and is not guaranteed. Works will be contracted under a JCT Measured Term, where no work can be guaranteed, However all works required following an independent fire risk assessment survey, will be issued to the successful contractor.",
"status": "active",
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023. Full details are available within the Conditions of Participation document suite."
},
{
"type": "technical",
"description": "Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation. This will include (but is not limited to) relevant experience in delivering passive fire protection works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023. 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 three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants. A maximum of nine (9) suppliers will be taken forward across all localities for this lot. Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-11-01T00:00:00Z",
"endDate": "2031-10-31T23:59:59Z",
"maxExtentDate": "2036-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term is five (5) 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."
}
}
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Contractors may submit bids for multiple lots; however, a supplier will be limited to a maximum of one (1) lot award. Where a supplier is ranked first in more than one lot, the contracting authority reserves the right to determine the final allocation of awards in accordance with the published evaluation methodology and to ensure appropriate distribution of contracts."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "www.Proactis.com Procurement documentation will be made available via the Platform Housing eTendering system (Proactis). Interested suppliers must register on Proactis and search for the opportunity to access and download all procurement documents. Further details including how to register on Proactis are available at: https://www.platformhg.com/platform-housing-group-procurement"
},
{
"id": "028723-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028723-2026",
"datePublished": "2026-03-27T16:20:51Z",
"format": "text/html"
}
]
},
"language": "en"
}