{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-067706-2026-03-27T16:21:51Z",
    "date": "2026-03-27T16:21:51Z",
    "ocid": "ocds-h6vhtk-067706",
    "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": "A preliminary market engagement notice has been published and carried out across all lots, however it cannot be linked."
    },
    "tender": {
        "id": "Lot 6",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Scaffolding Services",
        "description": "Platform Housing is seeking to appoint contractors to deliver scaffolding services across its housing portfolio. The services will include the erection, adaptation and dismantling of scaffolding structures to support a range of activities including responsive repairs, planned maintenance, compliance works and property investment programmes. The requirement will cover scaffolding of varying sizes and configurations across different 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. Platform Housing intends to appoint up to six contractors to deliver these regionalised services. The intention of these awards are to provide support to both Platform Housings in-house contractor (Platform Property Care), and to other contracted supply chain partners.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44212310",
                        "description": "Scaffolding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262100",
                        "description": "Scaffolding work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262110",
                        "description": "Scaffolding dismantling work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262120",
                        "description": "Scaffolding erection work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44212310",
                        "description": "Scaffolding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262100",
                        "description": "Scaffolding work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262110",
                        "description": "Scaffolding dismantling work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262120",
                        "description": "Scaffolding erection 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": "44212310",
                        "description": "Scaffolding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262100",
                        "description": "Scaffolding work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262110",
                        "description": "Scaffolding dismantling work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262120",
                        "description": "Scaffolding erection 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": 36000000,
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Platform Housing 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": "Scaffolding - Severn",
                "description": "The estimated annual budget for this lot (locality) is approximately PS2 million. The Severn locality covers the counties of Worcestershire, Herefordshire and Gloucestershire. A maximum of two contractors will be appointed under this lot to deliver scaffolding services across two sub-localities: Severn North (Wyre Forest, Redditch, Bromsgrove and Wychavon) and Severn South (Worcester City, Malvern Hills, Herefordshire and Gloucestershire). 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 Six (6) 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": 12000000,
                    "amount": 10000000,
                    "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": "Suppliers will be required to demonstrate appropriate financial standing and legal compliance in order to participate in the procurement. This will include confirmation of financial capacity, appropriate levels of insurance and compliance with applicable legal and regulatory requirements. Full details of the legal and financial Conditions of Participation, including minimum requirements and evidence to be provided, are set out in the Conditions of Participation (CoP) document issued with the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to demonstrate relevant technical and professional ability to deliver scaffolding services of a similar nature and scale. This may include evidence of previous experience delivering comparable contracts, appropriate qualifications and certifications, health and safety compliance, and the availability of suitably qualified personnel and resources. Full details of the technical Conditions of Participation and assessment methodology are set out in the Conditions of Participation (CoP) document issued with 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 three (3) and four (4) 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 ten (10) 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": "2041-10-31T23:59:59Z"
                },
                "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": "Scaffolding - Tame",
                "description": "The estimated annual budget for this lot (locality) is approximately PS2 million. The Tame locality covers the counties of West Midlands, Staffordshire, Warwickshire, Derbyshire and Leicestershire. A maximum of two contractors will be appointed under this lot to deliver scaffolding services across two sub-localities: Tame West (West Midlands, Staffordshire and Warwickshire) and Tame East (Derbyshire and Leicestershire). 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 six (6) 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": 12000000,
                    "amount": 10000000,
                    "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": "Suppliers will be required to demonstrate appropriate financial standing and legal compliance in order to participate in the procurement. This will include confirmation of financial capacity, appropriate levels of insurance and compliance with applicable legal and regulatory requirements. Full details of the legal and financial Conditions of Participation, including minimum requirements and evidence to be provided, are set out in the Conditions of Participation (CoP) document issued with the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to demonstrate relevant technical and professional ability to deliver scaffolding services of a similar nature and scale. This may include evidence of previous experience delivering comparable contracts, appropriate qualifications and certifications, health and safety compliance, and the availability of suitably qualified personnel and resources. Full details of the technical Conditions of Participation and assessment methodology are set out in the Conditions of Participation (CoP) document issued with 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 three (3) and four (4) 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 ten (10) 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": "2041-10-31T23:59:59Z"
                },
                "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": "Scaffolding - Witham",
                "description": "The estimated annual budget for this lot (locality) is approximately PS2 million. The Witham locality covers the counties of Lincolnshire, Nottinghamshire, Rutland, Leicestershire and Northamptonshire. A maximum of two contractors will be appointed under this lot. Delivery is split across two sub-localities: Witham North (Nottinghamshire, East Lindsey, West Lindsey, Lincoln City and North Lincolnshire) and Witham South (Leicestershire, Rutland, Northamptonshire, Boston, South Kesteven, North Kesteven and South Holland). 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 six (6) 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": 12000000,
                    "amount": 10000000,
                    "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": "Suppliers will be required to demonstrate appropriate financial standing and legal compliance in order to participate in the procurement. This will include confirmation of financial capacity, appropriate levels of insurance and compliance with applicable legal and regulatory requirements. Full details of the legal and financial Conditions of Participation, including minimum requirements and evidence to be provided, are set out in the Conditions of Participation (CoP) document issued with the procurement documents. Full details are available within the Conditions of Participation document suite."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers will be required to demonstrate relevant technical and professional ability to deliver scaffolding services of a similar nature and scale. This may include evidence of previous experience delivering comparable contracts, appropriate qualifications and certifications, health and safety compliance, and the availability of suitably qualified personnel and resources. Full details of the technical Conditions of Participation and assessment methodology are set out in the Conditions of Participation (CoP) document issued with 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 three (3) and four (4) 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 ten (10) 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": "2041-10-31T23:59:59Z"
                },
                "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": 2,
            "awardCriteriaDetails": "Contractors may submit bids for multiple lots. For this lot, 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. The procurement will be conducted using a competitive flexible procedure and will include a Selection Questionnaire stage followed by an invitation to tender. The contracting authority reserves the right to include additional stages, which may include further selection rounds, clarification, negotiation and/or interviews where appropriate. Further details including how to register on Proactis are available at: https://www.platformhg.com/platform-housing-group-procurement"
            },
            {
                "id": "028725-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028725-2026",
                "datePublished": "2026-03-27T16:21:51Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}