{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-06770b-2026-03-27T16:28:00Z",
    "date": "2026-03-27T16:28:00Z",
    "ocid": "ocds-h6vhtk-06770b",
    "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 issued, however linking the notice to multiple tenders hasn't been possible."
    },
    "tender": {
        "id": "Lot 3",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Electrical Testing and Repairs",
        "description": "Platform Housing Ltd is seeking to appoint contractors to deliver electrical testing and repair services across its housing portfolio. The services will include Electrical Installation Condition Reports (EICRs), associated remedial works, and electrical repairs to ensure compliance with statutory and regulatory requirements. The contract will cover a range of housing stock types and 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": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317000",
                        "description": "Other electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317000",
                        "description": "Other electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical 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": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317000",
                        "description": "Other electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical 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": 50400000,
            "amount": 42000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will be conducted using a competitive flexible procedure in accordance with the Procurement Act 2023. The process will include an initial Procurement Specific Questionnaire stage to assess suppliers' suitability, followed by an invitation to tender for shortlisted bidders. The contracting authority reserves the right to refine the procurement process, including the number of stages, evaluation methodology and award criteria, in accordance with the flexible procedure. Further details of the selection and evaluation process are set out in the Conditions of Participation and associated procurement documents."
        },
        "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": "2026-04-24T14:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-10-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Electrical Testing and Repairs - Severn",
                "description": "This lot covers the delivery of electrical inspection and testing services within the Severn locality. The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements. 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.",
                "status": "active",
                "value": {
                    "amountGross": 16800000,
                    "amount": 14000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "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"
                                }
                            ]
                        },
                        {
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "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 electrical testing and repair services, including EICRs and associated remedial 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": "2033-10-31T23:59:59Z"
                },
                "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 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": "Electrical Testing and Repairs - Tame",
                "description": "This lot covers the delivery of electrical inspection and testing services within the Tame locality. The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements. 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.",
                "status": "active",
                "value": {
                    "amountGross": 16800000,
                    "amount": 14000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "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"
                                }
                            ]
                        },
                        {
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "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 electrical testing and repair services, including EICRs and associated remedial 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": "2033-10-31T23:59:59Z"
                },
                "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 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": "Electrical Testing and Repairs - Witham",
                "description": "This lot covers the delivery of electrical inspection and testing services within the Witham locality. The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements. 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.This lot covers the delivery of electrical inspection and testing services within the Witham locality. Works will be contracted under a JCT Measured Term, where no work can be guaranteed.",
                "status": "active",
                "value": {
                    "amountGross": 16800000,
                    "amount": 14000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "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"
                                }
                            ]
                        },
                        {
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "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 electrical testing and repair services, including EICRs and associated remedial 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": "2033-10-31T23:59:59Z"
                },
                "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 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": "028735-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028735-2026",
                "datePublished": "2026-03-27T16:28:00Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}