Tender

Supply Chain Partners (Trades) Framework

  • Wandle Housing Association Limited

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-071351

Procurement identifier (OCID): ocds-h6vhtk-05a9c1 (view related notices)

Published 5 November 2025, 3:48pm



Scope

Reference

WHA.COS.R.25.041

Description

Wandle Housing Association is responsible for the repair and maintenance of the building(s) and services in accordance with Schedule 6 paragraph 14 of the Housing Act 1985, and in accordance with the landlord's covenants of leases. Wandle Housing Association will establish an Open Framework for the provision of trades.

The Framework will be spilt into three (3) Lots

Lot 1 - Responsive Repairs

Lot 2 - Major Works (Voids and Disrepairs)

Lot 3 - Damp and/or Mould (Works and Surveys)

The duration of this Framework is for an initial term of one (1) year with options to re-open annually (as per 2.7 of schedule 1 ), up to a maximum eight (8) years term in total (across the scheme of Frameworks). Any decision regarding the re-opening of the Framework, as outlined above, remains entirely at the discretion of the Contracting Authority and will be exercised in accordance with its strategic and operational requirements which may change during the initial set term of the Framework

Suppliers are to note that they will not be required to deliver all trades within a particular Lot; Suppliers will be required to detail the trades they can deliver as part of the Framework Submission.

Wandle is expanding its delivery model for responsive repairs, major works and damp and mould survey and remediation works. Upon commencement of this Framework, Wandle intends to award relevant works and services contracts under this Framework via its new job management system, Total Mobile. Suppliers (whether currently engaged with Wandle or not) are encouraged to submit a Framework submission, in line with the requirements of the specification per Lot.

PLEASE NOTE: Drop in sessions are available to suppliers (via Teams) to allow for queries relating to getting set up on ProContract, or how the new "open" Framework will operate. Please review the clarification question within the the messaging function of the project within ProContract.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £57,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2026 to 31 July 2027
  • Possible extension to 31 July 2034
  • 8 years

Description of possible extension:

The duration of this Framework is for an initial term of one (1) year with options to re-open annually (as per 2.7 of schedule 1 ), up to a maximum eight (8) years term in total (across the scheme of Frameworks).

Any decision regarding the re-opening of the Framework, as outlined above, remains entirely at the discretion of the Contracting Authority and will be exercised in accordance with its strategic and operational requirements which may change during the initial set term of the Framework

Main procurement category

Works

Additional procurement category

Services

CPV classifications

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 90000000 - Sewage, refuse, cleaning and environmental services

Contract locations

  • UKI - London

Lot constraints

Description of how multiple lots may be awarded:

Suppliers are to note that they will not be required to deliver all trades within a particular Lot; Suppliers will be required to detail the trades they can deliver as part of the Framework Submission.

Wandle is expanding its delivery model for responsive repairs, major works and damp and mould survey and remediation works. Upon commencement of this Framework, Wandle intends to award relevant works and services contracts under this Framework via its new job management system, Total Mobile. Suppliers (whether currently engaged with Wandle or not) are encouraged to submit a Framework submission, in line with the requirements of the specification per Lot.


Lot 1. Lot 1 - Responsive Repairs

Description

Suppliers are to note that they will not be required to deliver all trades within a particular Lot; Suppliers will be required to detail the trades they can deliver as part of the Framework Submission.

The scope of works within Lot 1 includes the following trades :

Electrical (Such as Electrical Appliances, Final Circuits, Internal & External Lighting, Testing & Accessories, Nondomestic properties, Street furniture repairs and maintenance )

Plumbing, Heating & Water Systems (Such as Hot Water Cylinders, Fittings, Equipment and Appliances for Services, Water Storage Tanks, Waste Pipework and Fittings, Stopcocks and Valves, Sundry Works, Pipework & Plumbing - Client Inspection, Unvented Cylinders, Tank cleaning/L8 testing)

Drainage (Such as Manholes, Foul Drainage Above Ground, Drainage Below Ground, Land Drainage and Soakaways, Rainwater Gutters, Clearing Blockages (Inc Sewage/Spills), CCTV drain surveys and Testing & Drainage - Client Inspection, Draining repairs both excavation and sleeving)

Carpentry & Joinery (Such as Reglaze Doors and Windows, External Doors, Internal Timber Doors, Garage Doors and Frames, Windows, Ironmongery, Kitchen Units and Worktops, Miscellaneous Fixtures/Fittings, Fire doors with third party accreditation )

Flooring (Such as Flooring Treatment, Works to Sub-Floors, Floor Tiles, Timber Board, Sheet Flooring, Proprietary Safety Flooring, Floor Renewals, Laminate Flooring, Floor Screeds & Skirting, Polysafe flooring)

Structural & Exterior Works (such as Chimneys/Fireplaces, Brick/Block Walling, Foundations in Trenches, Excavation, Concrete Repairs, Meter Cupboards, Airbricks and Vents, Structure, Foundation Sundries, Brickwork and Structure - Client Inspection)

Groundworks (Such as Fencing, Metal Stairs and Walkways and Balustrades, Paths and Paving, Steps, Stairs and Ramps, Kerbs, Channels and Edgings & Gates/Fittings)

Roofing (Such as Scaffolding, Tower, Platforms Lifts, Inspections- Photographic Surveys, Fascia, Soffit and Bargeboards, Rainwater Pipework, Gutters, Remedial Works, Felt Roofing, Sheet Roofing, Leadwork, Asphalt Roofing, Roof Tiling, Slate Roofing, Recorded Drone surveys)

Painting and Decorating (Such as Internal Decoration, External Decoration, Plasterwork, Rendering and Screeds & Preparation - External and Internal)

Specialist (Such as Timber Treatment, Damp Proofing, Pest Control, Insulation, Specialist Treatments & Artex Removal, Solar panels, Heat pumps)

Cleaning & Environmental Services (Such as Internal & External Cleaning and Clearance, External Garden Clearance and Works, Hazardous waste removal, Demolition of Sheds etc., Disinfestation & Environmental Clearance)

Loft Insulations

Lot value (estimated)

  • £13,600,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2 - Major Works (Voids and Disrepairs)

Description

Suppliers are to note that they will not be required to deliver all trades within a particular Lot; Suppliers will be required to detail the trades they can deliver as part of the Framework Submission.

Lot 2 of the Framework is for the delivery of Major Works (Voids and Disrepairs) to Wandle's housing stock.

Electrical (Such as Electrical Appliances, Final Circuits, Full or partial rewires, Internal & External Lighting, Testing & Accessories, ventilation systems, socket/switch repairs, consumer units repairs, earthing and bonding, Accessories & Fittings repairs)

Plumbing, Heating & Water Systems (Such as Hot Water Cylinders, Fittings, Equipment and Appliances for Services, Water Storage Tanks, Waste/overflow Pipework and Fittings, Stopcocks and Valves, Sundry Works, Pipework, leaks detection and remedials, Bathroom upgrades)

Drainage (Such as Manholes, Pipe Relining, Foul Drainage Above Ground, Drainage Below Ground, Land Drainage and Soakaways, Rainwater Gutters, Clearing Blockages (Inc Sewage/Spills), CCTV drain surveys and Testing & Drainage - Client Inspection)

Carpentry & Joinery (Such as Reglaze Doors and Windows, External Doors, Internal Timber Doors, Security/locksmith, FRA installs and remedials , Garage doors and frames, Windows, Ironmongery, Kitchen Units and Worktops, kitchen upgrades, Miscellaneous Fixtures/Fittings)

Flooring (Such as Flooring Treatment, Works to Sub-Floors, Floor Tiles, Timber Board, Sheet Flooring, Proprietary Safety Flooring, Floor Renewals, Laminate Flooring, Floor Screeds & Skirting, Polysafe flooring)

Structural & Exterior Works (such as Chimneys/Fireplaces, Brick/Block Walling, Foundations in Trenches, Excavation, Concrete Repairs, Meter Cupboards, Airbricks and Vents, Structure, Foundation Sundries, Brickwork and Structure - Client Inspection)

Groundworks (Such as Fencing, Metal Stairs and Walkways and Balustrades, Paths and Paving, Steps, Stairs and Ramps, Kerbs, Channels and Edgings & Gates/Fittings)

Roofing (Such as Scaffolding, Tower, Platforms Lifts, Inspections- Photographic Surveys, Flashing, Fascia, Soffit and Bargeboards, Rainwater Pipework, Gutters, Remedial Works, Felt Roofing, Sheet Roofing, Leadwork, Asphalt Roofing, Roof Tiling, Slate Roofing, Eco- roofs)

Painting and Decorating (Such as Internal Decoration, External Decoration, Tiling, Tanking, Plasterwork, Rendering and Screeds & Preparation - External and Internal)

Specialist (Such as Timber Treatment, Damp Proofing, Pest Control, Specialist Treatments, loft and wall insulation, Artex removal)

Cleaning & Environmental Services (Such as Internal & External Cleaning and Clearance, External Garden Clearance and Works, Hazardous waste removal, Demolition of Sheds etc, Disinfestation & Environmental Clearance)

Gas Servicing (such as CP12, Boiler repairs, Radiator and heating system repairs, Gas appliance repair, Pipework repair)

Lot value (estimated)

  • £28,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot 3 - Damp and/or Mould Works and Surveys

Description

Suppliers are to note that they will not be required to deliver all trades within a particular Lot; Suppliers will be required to detail the trades they can deliver as part of the Framework Submission.

Lot 3 of this Framework is for the delivery of Damp and/or Mould works and Surveys to Wandle's housing stock.

Awaab's Law is a new legal framework that introduces enforceable time limits for social landlords to investigate and remedy serious hazards in residents' homes. The law follows the tragic death of Awaab Ishak in 2020, which was caused by prolonged exposure to mould. The aim of the legislation is to ensure that residents are protected from unsafe living conditions and ensuring that landlords act quickly when risks to health and safety are identified.

Wandle will work with the Contractor to build a triage system to determine the relevant works order priority, which will determine the timescale required for attendance by the Contractor and identify if works are deemed an emergency hazard or significant hazard. The Contractor will be required to undertake the following remediation, and prevention works in relation to Damp and Mould (D&M). This is an indicative list and not exhaustive.

Comprehensive Damp and/or Mould survey which includes the following requirements (Awaab's law legal requirement, Initial tenant engagement, Enabling works to allow full survey and investigation, Visual Inspection, Use of Diagnostic Tools (I.e. Moisture meters, Humidity assessments, Hygrometers & infrared cameras), Risk categorisation, Reporting, Remediation Planning)

Damp and/or mould works (such as Dehumidifier/drying solutions, Mould make safe, Damp and Mould prevention, Surface treatments, Building fabric repairs, Ventilation/Extraction servicing, repairs and installs)

Electrical (such as Electrical Appliances, Final Circuits, Full or partial rewires, Testing and Accessories, Internal & External Lighting, Ventilation Systems, Socket/Switches repairs, Consumer unit repairs, Earthing & bonding, Accessories & Fittings repairs)

Plumbing and Bathrooms (such as Heating & Water Systems (Such as Hot Water Cylinders), Fittings, Equipment and Appliances for Services, Water Storage Tanks, Waste/Overflow Pipework and Fittings, Stopcocks and Valves, Sundry Works, Pipework, Leak detection and remedials, Bathroom Upgrades)

Drainage (such as Manholes, Pipe Relining, Foul Drainage Above Ground, Drainage Below Ground, Land Drainage and Soakaways, Rainwater Gutters, Clearing Blockages (Inc Sewage/Spills), CCTV and Testing & Drainage - Client Inspection,)

Carpentry and Joinery (such as Reglaze Doors and Windows, External Doors, Internal Timber Doors, Security/locksmith, FRA Installs and remedials, Garage Doors and Frames, Windows, Ironmongery, Kitchen Units and Worktops, Miscellaneous Fixtures/Fittings, Kitchen Upgrades)

Flooring (such as Flooring Treatment, Works to Sub-Floors, Floor Tiles, Timber Board, Sheet Flooring, Proprietary Safety Flooring, Floor Renewals, Laminate Flooring, Floor Screeds and Skirting, Polysafe flooring)

Structural and Exterior Works (such as Chimneys /Fireplaces, Brick/Block Walling, Foundations in Trenches, Excavation, Concrete Repairs, Meter Cupboards, Airbricks and Vents, Structure, Foundation Sundries, Brickwork and Structure, Client Inspection)

Groundworks (such as Fencing, Metal Stairs and Walkways and Balustrades, Paths and Paving, Steps, Stairs and Ramps, Kerbs, Channels and edgings, Gates/Fittings)

Roofing (such as Scaffolding, Tower, Platforms Lifts, Inspections- Photographic Surveys, Flashing, Fascia, Soffit and Bargeboards, Rainwater Pipework, Gutters, Remedial Works, Felt Roofing, Sheet Roofing, Leadwork, Asphalt Roofing, Roof Tiling, Slate Roofing, Eco Roofs)

Painting and Decorating (such as Internal Decoration, External Decoration, Tiling, Tanking, Plasterwork, Rendering and Screeds, Preparation - External and Internal)

Specialist Treatments (such as Timber Treatment, Damp Proofing, Pest Control, Specialist Treatments, Loft and wall Insulation, Artex Removal)

Cleaning and Environmental Services (such as Internal and External Cleaning and Clearance, External Garden Clearance and Works, Hazardous waste removal, Demolition of Sheds etc, Disinfestation and Environmental Clearance)

Lot value (estimated)

  • £15,200,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 July 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Further information about fees

This Framework is for the Contracting Authority only, and there will be no fees or rebate levy structure applied to the management of the Framework or any call-off contract.

Framework operation description

Call-Off Process under this Framework

All call-offs from the Framework will be subject to the criteria published and the processes explained in Schedule 1.

Contracts will be awarded according to the criteria published at the time of the call-off. Full guidance on each call-off will be issued as part of the tender "pack", including details on clarifications, deadlines, award criteria and tendering requirements.

When bidding for a call-off, Suppliers may be asked to confirm if their circumstances have changed since the completion of the Framework Submission and clarify what these changes are. Suitability will be re-evaluated depending on any changes identified.

Call-offs may be conducted in several ways to achieve the best possible outcome for the Contracting Authority. This may include using Expressions of Interest as a call for competition:

Expressions of Interest may be used, where Suppliers will be invited to review the opportunity and then either opt in or opt out of the call-off.

Where an Expression of Interest is used, the Contracting Authority reserves the right to then only invite those that "opt in" to respond to the call-off.

Individual call-off contracts let under the Framework may exceed the lifespan of the Framework, however all call-off contracts must be awarded (contract signed) before the Framework end date. In this instance, the terms and conditions agreed under this Framework will apply to the completion of the works and services.

A call-off contract under this Framework shall be made either by Direct Selection (award without competition), or by way of a Competitive Selection Process (further competition). For the avoidance of doubt, the decision as to whether to select a Framework Contractor by Direct Selection or by way of a Competitive Selection Process shall be entirely at the Contracting Authority's discretion.

Where a call-off procedure results in no award, the Contracting Authority reserves the right to award a contract outside of this Framework.

Direct Selection of a Framework Contractor

The Contracting Authority may award a call-off contract directly to a Framework Contractor, without any further competition between the Framework Contractors, ("Direct Selection") in any of the following circumstances:

where the Contracting Authority can determine which Framework Contractor will provide it with the most advantageous offer for the proposed call-off contract by reference to the Framework Contractors' Framework Submission and having regard to the requirements of the call-off contract in question;

where the Contracting Authority has determined (acting reasonably) that the call-off contract can only be carried out by a particular Framework Contractor for technical reasons (which may include where the Framework Contractor has a unique insight and understanding of the project to which the call-off contract relates and/or the project's key stakeholders);

where the Contracting Authority has invited expressions of interest from Framework Contractors in relation to an intended Competitive Selection Process for a call-off contract, and only one Framework Contractor has responded to express their interest within the requisite timescale set by the Contracting Authority;

where the Framework Contractor is the number one (1) ranked Framework Contractor on the Framework Lot in question. If such Framework Contractor either declines the award of the call-off contract, is excluded from participating in the Award Process or is suspended from the Award Process (pursuant to the Framework terms), the Contracting Authority may award the call-off contract by Direct Selection to the Framework Contractor who is the number two (2) ranked Framework Contractor on the Framework Lot in question, and so on and so forth;

where the call-off contract is for works or services which are a continuation of (or are a subsequent phase of) works or services which the Framework Contractor was previously appointed to carry out, and the Contracting Authority requires continuity of service in respect of the same;

where the Contracting Authority intended to award the call-off contract by way of a Competitive Selection Process, but has determined that only one Framework Contractor satisfies the Conditions of Participation in respect of the call-off contract;

where for reasons of urgency it is not reasonably practicable to award the call-off contract by way of a Competitive Selection Process;

where the estimated value of the Works and Services to be carried out under the call-off contract is less than the amount below which direct awards are permitted by the Contracting Authority's standing orders from time to time;

where for reasons of confidentiality or commercial sensitivity it is not reasonably practicable to award the call-off contract by way of a Competitive Selection Process;

where the Contracting Authority is bound to work with a particular Framework Contractor by reason of any funding condition, or other contractual requirement imposed by another party.

Competitive Selection Process

The Contracting Authority may require Framework Contractors to satisfy certain Conditions of Participation as a pre-condition to being invited to participate, or progressing as part of, a Competitive Selection Process for a Call-off contract.

If the Contracting Authority wishes to award a call-off contract by way of a Competitive Selection Process, the Contracting Authority shall invite all Framework Contractors to take part in the Competitive Selection Process, save for:

any Framework Contractor that is excluded from participating in the Award Process;

any Framework Contractor that is suspended from participating in the Award Process;

any Framework Contractor that does not satisfy the Conditions of Participation in respect of the call-off contract;

any Framework Contractor that has confirmed that they do not wish to be invited to participate, or who has not responded to an expression of interest issued by the Contracting Authority in respect of the Call-off contract.

The invitation to take part in a Competitive Selection Process shall:

be issued in writing via the Portal or such other means as the Contracting Authority may determine;

explain whether the Competitive Selection Process is to comprise of written tender / selection proposals by the Framework Contractors, site visits, interviews or presentations or a combination of any of these things;

where the Competitive Selection Process is to involve the submission of written tender proposals by the Framework Contractors, specify a fixed time limit for submission of such proposals, such time limit being of sufficient duration to allow proposals to be submitted, taking into account factors such as the complexity of the Works and Services in question, the nature of the Contracting Authority's requirements and the time needed to compile and submit proposals;

set out the evaluation criteria on which tenders submitted pursuant to the Competitive Selection Process will be assessed;

contain or make reference to the form of Call-off contract that will be entered into with the successful Framework Contractor.

When invited by the Contracting Authority to participate in a Competitive Selection Process, the Contractor shall provide written confirmation to the party carrying out the tender as to whether or not it wishes to participate.

The cost submitted for the Competitive Selection Process must not exceed any maximum rate stated by the Contracting Authority in pricing methodology as set out in the call-off tender document.

The Contractor shall be responsible for any costs it incurs in participating in a Competitive Selection Process and acknowledges and agrees that the Contracting Authority shall not have any liability for such costs under any circumstances.

The Competitive Selection Process will be assessed on the basis of the evaluation criteria set out in the invitation and all Framework Contractors invited to take part in the Competitive Selection Process will be informed of the outcome of that evaluation.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Lot 1 - Responsive Repairs

Lot 2. Lot 2 - Major Works (Voids and Disrepairs)

Lot 3. Lot 3 - Damp and/or Mould Works and Surveys

Please refer to full associated tender documents (Schedule 1 and the ProContract Evaluation Questionnaire).

Technical ability conditions of participation

Lot 1. Lot 1 - Responsive Repairs

Lot 2. Lot 2 - Major Works (Voids and Disrepairs)

Lot 3. Lot 3 - Damp and/or Mould Works and Surveys

Please refer to full associated tender documents (Schedule 1 and the ProContract Evaluation Questionnaire).

Particular suitability

Lot 1. Lot 1 - Responsive Repairs

Lot 2. Lot 2 - Major Works (Voids and Disrepairs)

Lot 3. Lot 3 - Damp and/or Mould Works and Surveys

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

10 December 2025, 5:00pm

Tender submission deadline

17 December 2025, 12:00pm

Submission address and any special instructions

A Tender Response must be submitted via ProContract for the Supplier to be considered for the award of the Contract in the Tendering Procedure.

https://procontract.due-north.com/Opportunities/Index?p=18d7f93d-94bb-e1f1-8132-005056b64545&v=2

Tender Responses and communications submitted by Suppliers via any other means will be excluded.

Suppliers that require any technical assistance in using the portal or have any difficulty registering or logging in, should contact the ProContract helpdesk:

0330 005 0352 (9am - 5.30pm Mon - Fri)

suppliersupport@proactisservicedesk.com

"Submit a Ticket" to the helpdesk (via https://suppliersupport.proactisservicedesk.com/s/?language=en_US)

Full details around submitting a compliant tender can be found within Schedule 1 of the associated tender documents.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

19 April 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 November 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

As per procurement documents (see Schedule 1 and the ProContract Evaluation Questionnaire).

Quality 60%
Price

As per procurement documents (see Schedule 1 and the ProContract Evaluation Questionnaire).

Price 40%

Other information

Payment terms

Please see Schedule 3, Contract (Terms and Conditions)

Description of risks to contract performance

The following risks have been identified that would impact the performance of the Framework, where the impact cannot be known at this stage but may relate to a modification of the Framework if the risk was to materialise:

• Risk of legislative changes, regulatory changes or changes in law during the term of the Framework

• Risk of the impact of Awaab's Law and other legislative changes, regulatory changes or changes in law that cause the value of the Framework to increase during the term of the Framework

• Risk of unforeseen changes to delivery/operational standards

• Risk of changes in technology, IT solutions or systems

• Risk of unforeseen increase in Contracting Authority budgets/increased volume of works/services

• Risk of unforeseen circumstances that cause the value of the Framework to increase (previous examples include BREXIT, war, pandemic and the cost-of-living crisis)

• Risk of unforeseen political impact

• Risk of unforeseen increase in property volume or changes to Boroughs that the Contracting Authority operates in

Any associated risks to call-off contracts that may be awarded will be detailed as part of the call-off procedure.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://procontract.due-north.com/Opportunities/Index?p=18d7f93d-94bb-ef11-8132-005056b64545&v=2

All documentation can be found within the attachments section of ProContract, with a list of Schedules/Appendices within Schedule 1.


Contracting authority

Wandle Housing Association Limited

  • Charity Commission (England and Wales): 19225R
  • Public Procurement Organisation Number: PQDH-2497-GBTX

Second Floor

London

SE18NW

United Kingdom

Region: UKI44 - Lewisham and Southwark

Organisation type: Public authority - sub-central government


Other organisations

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

SHARED SERVICES FOR HOUSING LIMITED

Summary of their role in this procurement: Shared Service for Housing (SSfH) is acting as the managing and contact organisation on behalf of the Contracting Authority for this tender opportunity, carrying out the role as Procurement Consultant.

  • Companies House: 16356505
  • Public Procurement Organisation Number: PGNT-9288-TPMJ

230 Blackfriars Road

London

SE1 8NW

United Kingdom

Region: UKI44 - Lewisham and Southwark

LUMENSOL LTD

Summary of their role in this procurement: Lumensol is acting as the technical consultant, operational consultant and evaluator on behalf of the Contracting Authority for this tender opportunity.

  • Companies House: 11349433
  • Public Procurement Organisation Number: PNQM-5627-XBNJ

108 Priory Street

Newport Pagnell

MK16 9BL

United Kingdom

Region: UKJ12 - Milton Keynes


Contact organisation

Contact SHARED SERVICES FOR HOUSING LIMITED for any enquiries.