Tender

Complex Repairs and Major Voids

PLATFORM HOUSING LIMITED

This public procurement record has 1 release in its history.

Tender

27 Mar 2026 at 16:27

Summary of the contracting process

The procurement process initiated by Platform Housing Limited entails a tender for "Complex Repairs and Major Voids," targeting works across its Severn, Tame, and Witham regions. The procurement falls under public authority-sub-central government, emphasising construction and refurbishment works in the buildings sector. With selective procurement method in application, the process is aligned with the Procurement Act 2023, unfolding through a two-stage procedure. Key deadlines include an expression of interest deadline on 7 May 2026, with a contract awarding period ending on 1 December 2026. The contract duration spans from December 2026 to October 2029, with potential renewals. The location of interest covers various UK regions such as the West Midlands, Derbyshire, Leicester, Nottinghamshire, and Lincolnshire, facilitating diverse business involvement.

This tender offers substantial opportunities for businesses specialising in building construction, refurbishment, and maintenance services. With an impressive estimated contract value, it encourages SMEs to engage, providing a robust platform for growth through securing long-term, high-value contracts under JCT Measured Term conditions. The competitive flexible procedure allows for the submission and evaluation based on both quality, accounting for 70%, and cost evaluations at 30%, thereby incentivising thorough proposal development. Businesses experienced in managing complex repair tasks, major void works, and effective delivery models stand to benefit. With a maximum of ten awards across all lots and the possibility to be awarded up to two neighbouring sub-localities, companies have multiple avenues to expand their market presence over an extended period. The structured, multi-contractor approach is geared towards accommodating numerous suppliers across distinct localities, fostering resilience and adaptability in the procurement landscape.

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

Notice Title

Complex Repairs and Major Voids

Notice Description

Platform Housing is seeking to appoint contractors to deliver complex repairs and major void works across its housing portfolio. The services will include day-to-day responsive repairs and complex works including Disrepair jobs above PS1,500. Also included are Major Voids estimated value above PS20,000 and ad-hoc component replacements. All works are to ensure that properties are maintained to a safe, compliant and lettable standard. The contract will cover a range of housing stock types and 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, with a maximum of ten (10) awards across all lots.

Lot Information

Complex Repairs and Major Voids - Severn

This lot covers the delivery of complex repairs and major void works within the Severn locality. The services will include complex responsive repairs (PS1500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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.

Complex Repairs and Major Voids - Tame

This lot covers the delivery of complex repairs and major void works within the Tame locality. The services will include complex responsive repairs (PS1,500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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.

Complex Repairs and Major Voids - Witham

This lot covers the delivery of complex repairs and major void works within the Witham locality. The services will include complex responsive repairs (PS1,500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067709
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028733-2026
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

50 - Repair and maintenance services


CPV Codes

45210000 - Building construction work

45262690 - Refurbishment of run-down buildings

45300000 - Building installation work

45400000 - Building completion work

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£144,000,000 £100M-£1B
Lots Value
£144,000,000 £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 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

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-067709-2026-03-27T16:27:08Z",
    "date": "2026-03-27T16:27:08Z",
    "ocid": "ocds-h6vhtk-067709",
    "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": "Lot 4",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Complex Repairs and Major Voids",
        "description": "Platform Housing is seeking to appoint contractors to deliver complex repairs and major void works across its housing portfolio. The services will include day-to-day responsive repairs and complex works including Disrepair jobs above PS1,500. Also included are Major Voids estimated value above PS20,000 and ad-hoc component replacements. All works are to ensure that properties are maintained to a safe, compliant and lettable standard. The contract will cover a range of housing stock types and 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, with a maximum of ten (10) awards across all lots.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "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": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance 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": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262690",
                        "description": "Refurbishment of run-down buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance 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"
            }
        ],
        "value": {
            "amountGross": 172800000,
            "amount": 144000000,
            "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 submissions must be made electronically via Platform Housing Group's eTendering system (Proactis). Suppliers must register on Proactis and search for the opportunity to access the procurement documents and submit a response. Submissions submitted outside of the Proactis system will not be accepted.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-07T14:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-12-01T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "Complex Repairs and Major Voids - Severn",
                "description": "This lot covers the delivery of complex repairs and major void works within the Severn locality. The services will include complex responsive repairs (PS1500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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.",
                "status": "active",
                "value": {
                    "amountGross": 57600000,
                    "amount": 48000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality (70%) - Assessment of the bidder's proposed methodology, service delivery model, resources, approach to managing complex repairs and void works, approach to customer service / delivery, compliance, and ability to meet performance and statutory requirements.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price (30%) - Evaluation of the total cost of service delivery based on the tendered pricing schedule.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 8
                },
                "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 six (6) and eight (8) suppliers to tender for this lot, with between two (2) and four (4) 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": "2",
                "title": "Complex Repairs and Major Voids - Tame",
                "description": "This lot covers the delivery of complex repairs and major void works within the Tame locality. The services will include complex responsive repairs (PS1,500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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": 57600000,
                    "amount": 48000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality (70%) - Assessment of the bidder's proposed methodology, service delivery model, resources, approach to managing complex repairs and void works, approach to customer service / delivery, compliance, and ability to meet performance and statutory requirements.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price (30%) - Evaluation of the total cost of service delivery based on the tendered pricing schedule.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 8
                },
                "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 six (6) and eight (8) suppliers to tender for this lot, with between two (2) and four (4) 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": "Complex Repairs and Major Voids - Witham",
                "description": "This lot covers the delivery of complex repairs and major void works within the Witham locality. The services will include complex responsive repairs (PS1,500), major void refurbishment works (PS20,000), and ad-hoc component replacements, ensuring properties are maintained to a safe, compliant and lettable standard. 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. 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": 57600000,
                    "amount": 48000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality (70%) - Assessment of the bidder's proposed methodology, service delivery model, resources, approach to managing complex repairs and void works, approach to customer service / delivery, compliance, and ability to meet performance and statutory requirements.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "Price (30%) - Evaluation of the total cost of service delivery based on the tendered pricing schedule.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 8
                },
                "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 six (6) and eight (8) suppliers to tender for this lot, with between two (2) and four (4) 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."
                }
            }
        ],
        "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 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": "028733-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028733-2026",
                "datePublished": "2026-03-27T16:27:08Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}