Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Portsmouth City Council - Term Service Contracts for the Repairs & Maintenance of Residential and Commercial Properties for Council Managed Assets - 2026

  • First published: 28 March 2026
  • Last modified: 28 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0509c2
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
28 March 2026
Deadline date:
08 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Portsmouth City Council (the Council) intends to appoint two suppliers to deliver repairs and maintenance services for its housing stock through two separate contracts, with one of these suppliers also taking responsibility for Corporate Assets. Contracts will run for an initial five year term, with the option to extend for up to a further five years in agreed intervals.The opportunity is divided into three lots:• Lot 1 - On Island Repairs & Maintenance (£14M-£18M p.a.)• Lot 2 - Off Island Repairs & Maintenance (£14M-£18M p.a.)• Lot 3 - Corporate Assets Repairs & Maintenance (approx. £0.75M p.a.)A single shortlisting exercise applies to all three lots. Only suppliers who pass Stage 1 will be invited to Stage 2. Under Stage 2, suppliers must submit one tender covering both Lots 1 and 2, state their preferred lot, and submit a separate submission for Lot 3. The highest ranked supplier will receive their preferred lot, and the second ranked supplier will be awarded the remaining lot. If any supplier declines an award, the Council may set aside that submission and approach the next ranked supplier. Only suppliers submitting fully compliant bids for both Lots 1 and 2 will be eligible for Lot 3, and only the two appointed suppliers for Lots 1 and 2 will be considered. Suppliers cannot tender directly for Lot 3.The Council manages approximately 17,500 homes, including around 15,500 socially rented and 2,000 leasehold properties. Most dwellings are 1950s-1960s purpose built blocks. Historically, stock has been divided into on island (PO1-PO5) and off island (PO6-PO9), with recent acquisitions adding around 800 homes in Gosport, Fareham and Winchester.Corporate Assets are currently managed by the on island contractor and cover around 550 buildings, mainly in PO1-PO5.Around 16,000 repairs per year are completed on island and 15,000 off island, volumes expected to remain stable. Up to 1,000 new dwellings may be added over the next 5-10 years. New workstreams are likely as decarbonisation measures and renewables roll out across the stock.The Council anticipates future challenges over the next decade, including changes from the Building Safety Act and Fire Safety Act, greater compliance scrutiny, increased requirements around information accuracy, and more focus on issues such as damp and mould under Social Housing Regulator oversight. Suppliers must work collaboratively with the Council to meet these demands.The existing two housing R&M contracts (NEC4 Option E) have operated for 10 years plus a 12 month extension and will expire on 31 March 2027, with a combined total value of approximately £400m. Services provided include responsive repairs, void works, disabled adaptations, decorations, compliance testing, solar panel repairs, fire safety checks, and various appliance servicing.Corporate Assets cover a wide range of buildings including schools, offices, warehouses, depots, care homes, sheltered housing, supported living sites, and maritime facilities (the latter will be procured separately). Approximately 2,000 repairs per year are completed at an annual value of £750k.Core services include general repairs, smoke/heat detector checks, EICRs, emergency lighting, ventilation checks, MVHR repairs, asbestos removal, fire doors, door entry systems, warden call, PV maintenance, void works, and out of hours services. Suppliers must provide a 365 day out of hours service. Ancillary services may include decarbonisation works, air source heat pumps, water hygiene repairs, communal ventilation, on/off island repairs, Corporate Asset works, and gas servicing in emergencies.The Specification sets out functional and performance requirements and may be updated before Stage 2.Repairs to Corporate Assets (Lot 3) will be delivered by either the Lot 1 or Lot 2 supplier to ensure consistency, clear accountability, and value for money. This approach supports operational efficiency and allows flexibility in preparation for potential Local Government Reorgan

Full notice text

Scope

Procurement reference

P00005220

Procurement description

Portsmouth City Council (the Council) intends to appoint two suppliers to deliver repairs and maintenance services for its housing stock through two separate contracts, with one of these suppliers also taking responsibility for Corporate Assets. Contracts will run for an initial five year term, with the option to extend for up to a further five years in agreed intervals.

The opportunity is divided into three lots:

• Lot 1 - On Island Repairs & Maintenance (£14M-£18M p.a.)

• Lot 2 - Off Island Repairs & Maintenance (£14M-£18M p.a.)

• Lot 3 - Corporate Assets Repairs & Maintenance (approx. £0.75M p.a.)

A single shortlisting exercise applies to all three lots. Only suppliers who pass Stage 1 will be invited to Stage 2. Under Stage 2, suppliers must submit one tender covering both Lots 1 and 2, state their preferred lot, and submit a separate submission for Lot 3.

The highest ranked supplier will receive their preferred lot, and the second ranked supplier will be awarded the remaining lot. If any supplier declines an award, the Council may set aside that submission and approach the next ranked supplier. Only suppliers submitting fully compliant bids for both Lots 1 and 2 will be eligible for Lot 3, and only the two appointed suppliers for Lots 1 and 2 will be considered. Suppliers cannot tender directly for Lot 3.

The Council manages approximately 17,500 homes, including around 15,500 socially rented and 2,000 leasehold properties. Most dwellings are 1950s-1960s purpose built blocks. Historically, stock has been divided into on island (PO1-PO5) and off island (PO6-PO9), with recent acquisitions adding around 800 homes in Gosport, Fareham and Winchester.

Corporate Assets are currently managed by the on island contractor and cover around 550 buildings, mainly in PO1-PO5.

Around 16,000 repairs per year are completed on island and 15,000 off island, volumes expected to remain stable. Up to 1,000 new dwellings may be added over the next 5-10 years. New workstreams are likely as decarbonisation measures and renewables roll out across the stock.

The Council anticipates future challenges over the next decade, including changes from the Building Safety Act and Fire Safety Act, greater compliance scrutiny, increased requirements around information accuracy, and more focus on issues such as damp and mould under Social Housing Regulator oversight. Suppliers must work collaboratively with the Council to meet these demands.

The existing two housing R&M contracts (NEC4 Option E) have operated for 10 years plus a 12 month extension and will expire on 31 March 2027, with a combined total value of approximately £400m. Services provided include responsive repairs, void works, disabled adaptations, decorations, compliance testing, solar panel repairs, fire safety checks, and various appliance servicing.

Corporate Assets cover a wide range of buildings including schools, offices, warehouses, depots, care homes, sheltered housing, supported living sites, and maritime facilities (the latter will be procured separately). Approximately 2,000 repairs per year are completed at an annual value of £750k.

Core services include general repairs, smoke/heat detector checks, EICRs, emergency lighting, ventilation checks, MVHR repairs, asbestos removal, fire doors, door entry systems, warden call, PV maintenance, void works, and out of hours services. Suppliers must provide a 365 day out of hours service. Ancillary services may include decarbonisation works, air source heat pumps, water hygiene repairs, communal ventilation, on/off island repairs, Corporate Asset works, and gas servicing in emergencies.

The Specification sets out functional and performance requirements and may be updated before Stage 2.

Repairs to Corporate Assets (Lot 3) will be delivered by either the Lot 1 or Lot 2 supplier to ensure consistency, clear accountability, and value for money. This approach supports operational efficiency and allows flexibility in preparation for potential Local Government Reorganisation (LGR).

Should LGR occur, the Council may inherit a significantly larger Corporate Asset portfolio, potentially adding several million pounds per year to R&M demand. In such circumstances, the Council may vary the Lot 3 contract, create a new lot open only to the Lot 1 and Lot 2 suppliers, or run a separate procurement.

The Council expects requirements to remain broadly consistent but may adjust scope, boundaries, or statutory obligations to reflect any LGR driven changes.

Suppliers will be expected to work collaboratively with the Council and with other term contractors. Previous contracts have used an open book partnership model and Vanguard Systems Thinking, which the Council expects to continue.

Further information is available at: https://vanguard-method.net/the-vanguard-method-and-systems-thinking/

The Council is committed to improving social value delivery. Information can be found at: https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/

To support organisations that cannot deliver the full contract scope but wish to offer services to main bidders, the Council will maintain a voluntary list of interested subcontractors and supply chain partners.

Suppliers wishing to offer their services as sub-contractors should contact the Council via the In Tend correspondence function and provide their company name and reference number, contact details, a brief description of services, relevant experience, and website address.

The Council will collate this information and share it with all main bidders on a no liability, no guarantee basis. Inclusion on the list does not constitute endorsement, pre qualification, or recommendation. Main bidders are solely responsible for assessing the suitability, capability, and compliance of any subcontractors they choose to engage.

Local Government Review

As part of the wider Local Government Review (LGR), the Council has been required to engage with neighbouring authorities to explore future structural reform, shared service opportunities, and alignment of governance arrangements. The UK Government has now confirmed its decision regarding Local Government Reorganisation across Hampshire and the Isle of Wight.

Under the confirmed proposals, Portsmouth City Council will become part of a new, larger unitary authority covering the areas of Gosport, Fareham and Havant, and including Newlands, Horndean, Clanfield and Rowlands Castle. The new unitary authority will formally come into existence on 1 April 2028, at which point Portsmouth City Council, as it currently exists, will be legally dissolved on 31 March 2028.

While the new authority's service delivery model has not yet been finalised, the reorganisation will merge all existing local authority service responsibilities within the new boundary. This means that current demand, scope and operational requirements for Repairs & Maintenance (R&M) services may change substantially as part of the transition, depending on the final asset base, stock profile, and governance arrangements determined for the new authority.

For Portsmouth's current footprint alone, the estimated 10‑year total contract value remains within the region of £336M to £450M, taking into account inflationary pressures, anticipated stock growth, decarbonisation workstreams, and increased compliance requirements.

Following LGR, the total opportunity value is expected to increase materially, due to the combined housing stock, broader corporate estate, additional operational buildings, wider geographical footprint, and increased repairs demand integrated from the merging authorities. The Council will continue to plan responsibly for the transition and reserves the right to modify the contract in line with Schedule 8 of the Procurement Act 2023 should the confirmed LGR arrangements require changes to scope, value or delivery structure.

For planning purposes, and in the absence of confirmed stock and asset figures from potential partner authorities, an initial estimate is that the overall maintenance requirement may increase by 50% to 70% relative to Portsmouth alone. On this basis, the inflation adjusted 10 year total opportunity value is estimated at between £504M and £765M.

Hampshire County Council (HCC) is currently procuring a single‑supplier £250 million, 10‑year Term Maintenance Contract (2026-2036) covering building fabric and M&E services across approximately 825 sites, including schools. Depending on the outcome, the appointed HCC contractor may continue to manage part or all of these assets following LGR, meaning little or no change in scope may initially arise for the Corporate Assets element of this procurement.

However, if the new unitary authority assumes direct responsibility for HCC Corporate Assets within the reorganised boundary, the new Authority anticipates inheriting a substantial proportion of this service portfolio. Based on indicative modelling, the inherited Corporate Assets R&M requirement may be in the region of 20% of the HCC contract value, although the Council reserves the right to exceed this estimate if future Government directions or statutory transfers require it.

In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority.

For further details in respect of LGR see the following link -

https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/

For further details in respect of LGR see the following link -

https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/

For additional information in relation to known risks, see the later section within the notice below in relation to other information.

Main category

Services

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Total value (estimated, excluding VAT)

765000000 GBP to 765000000GBP

Contract dates (estimated)

01 April 2027, 00:00AM to 31 March 2032, 23:59PM

Extension end date (if all the extensions are used): 31 March 2037

Contracting authority

Portsmouth City Council

Identification register:

  • GB-PPON

Address 1: Civic Offices, Guildhall Square

Town/City: Portsmouth

Postcode: PO1 2AL

Country: United Kingdom

Public Procurement Organisation Number: PCNL-5714-PRZV

NUTS code: UKJ31

Email: procurement@portsmouthcc.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 3 lots

Lot 1 - On Island

Lot number: 1

Description

Refer to the main description of this tender notice for the description of services required for Lot 1.

CPV classifications

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45311000 - Electrical wiring and fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45315400 - High voltage installation work
  • 45315500 - Medium-voltage installation work
  • 45315600 - Low-voltage installation work
  • 45315700 - Switching station installation work
  • 45317100 - Electrical installation work of pumping equipment
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45332000 - Plumbing and drain-laying work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 45351000 - Mechanical engineering installation works
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50760000 - Repair and maintenance of public conveniences
  • 50870000 - Repair and maintenance services of playground equipment
  • 51100000 - Installation services of electrical and mechanical equipment

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

310000000 GBP Excluding VAT

372000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contracts will be for 5 years with an option to extend by up to a further 5 years in increments to be agreed.

Does the lot include options?

Yes

Description of options

Contract Modification - Adding Scope to Existing R&M Contracts

The Council may expand the scope of the on island or off island contract where the additional work is compatible with the original contract, represents a non-substantial modification, and supports operational efficiency.

Before awarding additional scope, the contractor must:

• Continue to meet all conditions of participation, including technical, professional and financial requirements.

• Demonstrate they meet any new or enhanced insurance requirements for the expanded scope.

• Confirm they are not listed on the national debarment list under the Procurement Act 2023.

• Provide assurance of adequate resource capacity and performance levels.

New Contract Award Following Local Government Reorganisation (LGR) or Other Authority Collaboration

The new Authority/collaborating Authorities may award new or expanded contracts to align with the enlarged geographical and service footprint.

• The Council may award new service areas directly to the supplier ranked number 1.

• Where a new service requires a specific skillset, the Council may assign it to the supplier with the stronger technical or operational capability.

• The Council may invite both suppliers to compete in a closed mini‑competition to determine the most economically advantageous provider for new work.

• The above does not preclude the respective Authority/Authorities from fully re-tendering and new service areas

Regardless of the mechanism used, any contractor considered for additional work must:

• Continue to satisfy the participation conditions applied during the original tender (technical, financial, legal, professional).

• Meet any expanded insurance requirements triggered by the new service area (e.g., increased PL/EL/PI limits, specialist coverage).

• Not appear on the Procurement Act 2023 debarment list, nor be subject to mandatory or discretionary exclusion.

• Maintain acceptable performance levels under the existing contract.

• Demonstrate sufficient resource capacity and resilience to absorb additional work.

• Pass updated financial standing checks, proportionate to the enlarged scope.

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

The opportunity is divided into three lots:

• Lot 1 - On‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 2 - Off‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 3 - Corporate Assets Repairs & Maintenance (Approx. £0.75M per annum)

There is one shortlisting exercise only for all three Lots, and only suppliers who successfully pass Stage 1 - Conditions of Participation will be invited to tender for Stage 2.

Under stage 2 of the tender process there are two distinct contract awards made for Lot 1 and Lot 2, suppliers will be required to submit one tender response covering both opportunities. Suppliers will need to state their preference for either Lot 1 or Lot 2, with the supplier ranked number 1 will be given their preference of Lots and the supplier ranked number 2 awarded the remaining lot. In the event any supplier declines either Lot, the Council reserves the right to set the suppliers tender aside and approach the next ranking supplier until both Lots are awarded.

Only suppliers submitting a fully compliant bid for both Lot 1 and Lot 2 will be eligible for consideration for Lot 3. Following evaluation of Lots 1 and 2, only the two preferred suppliers, one for Lot 1 and one for Lot 2, will be assessed for the Lot 3 Corporate Assets award. No other suppliers, including those who submitted compliant bids for Lots 1 and 2, will be considered for Lot 3. Suppliers will not be able to tender for Lot 3 as a standalone opportunity.

Participation

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions of participation

Refer to the procedure section of this tender notice for the selection criteria for Lot 1.

Award criteria

Weighting description

The Council are looking to use the following Price/Quality assessment in the 2nd stage of the process for Lot 1 and Lot 2.

Price - 50%

Quality - 50%

However, the Council reserves the right to change the price/quality weighting above and any subsequent sub-criteria weighting. The final cost/quality weighting could fall within a range of 60/40 to 40/60.

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend

Type: cost

Name

Price

Description

The Pricing element of the return will assess the following elements -

Call Handling

Local Office and Management

Accounting, Legal, H&S, HR and R&D

Vehicles, Materials, IT, Suppliers

Social Value, Environmental, Insurance and Profit

Task Order Fee

Mobilisation

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Type: quality

Name

Quaility

Description

The Quality element of the return will assess the following elements -

Mobilisation

Data Management

Resourcing

Quality Assurance

Resident Engagement

Resident Presentation

Future Proofing

VFM

Social Value

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Lot 2 Off Island

Lot number: 2

Description

Refer to the main description of this tender notice for the description of services required for Lot 2.

CPV classifications

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45311000 - Electrical wiring and fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45315400 - High voltage installation work
  • 45315500 - Medium-voltage installation work
  • 45315600 - Low-voltage installation work
  • 45315700 - Switching station installation work
  • 45317100 - Electrical installation work of pumping equipment
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45332000 - Plumbing and drain-laying work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 45351000 - Mechanical engineering installation works
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50760000 - Repair and maintenance of public conveniences
  • 50870000 - Repair and maintenance services of playground equipment
  • 51100000 - Installation services of electrical and mechanical equipment

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

310000000 GBP Excluding VAT

372000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contracts will be for 5 years with an option to extend by up to a further 5 years in increments to be agreed.

Does the lot include options?

Yes

Description of options

Contract Modification - Adding Scope to Existing R&M Contracts

The Council may expand the scope of the on island or off island contract where the additional work is compatible with the original contract, represents a non-substantial modification, and supports operational efficiency.

Before awarding additional scope, the contractor must:

• Continue to meet all conditions of participation, including technical, professional and financial requirements.

• Demonstrate they meet any new or enhanced insurance requirements for the expanded scope.

• Confirm they are not listed on the national debarment list under the Procurement Act 2023.

• Provide assurance of adequate resource capacity and performance levels.

New Contract Award Following Local Government Reorganisation (LGR) or Other Authority Collaboration

The new Authority/collaborating Authorities may award new or expanded contracts to align with the enlarged geographical and service footprint.

• The Council may award new service areas directly to the supplier ranked number 1.

• Where a new service requires a specific skillset, the Council may assign it to the supplier with the stronger technical or operational capability.

• The Council may invite both suppliers to compete in a closed mini‑competition to determine the most economically advantageous provider for new work.

• The above does not preclude the respective Authority/Authorities from fully re-tendering and new service areas

Regardless of the mechanism used, any contractor considered for additional work must:

• Continue to satisfy the participation conditions applied during the original tender (technical, financial, legal, professional).

• Meet any expanded insurance requirements triggered by the new service area (e.g., increased PL/EL/PI limits, specialist coverage).

• Not appear on the Procurement Act 2023 debarment list, nor be subject to mandatory or discretionary exclusion.

• Maintain acceptable performance levels under the existing contract.

• Demonstrate sufficient resource capacity and resilience to absorb additional work.

• Pass updated financial standing checks, proportionate to the enlarged scope.

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

The opportunity is divided into three lots:

• Lot 1 - On‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 2 - Off‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 3 - Corporate Assets Repairs & Maintenance (Approx. £0.75M per annum)

There is one shortlisting exercise only for all three Lots, and only suppliers who successfully pass Stage 1 - Conditions of Participation will be invited to tender for Stage 2.

Under stage 2 of the tender process there are two distinct contract awards made for Lot 1 and Lot 2, suppliers will be required to submit one tender response covering both opportunities. Suppliers will need to state their preference for either Lot 1 or Lot 2, with the supplier ranked number 1 will be given their preference of Lots and the supplier ranked number 2 awarded the remaining lot. In the event any supplier declines either Lot, the Council reserves the right to set the suppliers tender aside and approach the next ranking supplier until both Lots are awarded.

Only suppliers submitting a fully compliant bid for both Lot 1 and Lot 2 will be eligible for consideration for Lot 3. Following evaluation of Lots 1 and 2, only the two preferred suppliers, one for Lot 1 and one for Lot 2, will be assessed for the Lot 3 Corporate Assets award. No other suppliers, including those who submitted compliant bids for Lots 1 and 2, will be considered for Lot 3. Suppliers will not be able to tender for Lot 3 as a standalone opportunity.

Participation

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions of participation

Refer to the procedure section of this tender notice for the selection criteria for Lot 2.

Award criteria

Weighting description

The Council are looking to use the following Price/Quality assessment in the 2nd stage of the process for Lot 1 and Lot 2.

Price - 50%

Quality - 50%

However, the Council reserves the right to change the price/quality weighting above and any subsequent sub-criteria weighting. The final cost/quality weighting could fall within a range of 60/40 to 40/60.

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend

Type: cost

Name

Price

Description

The Pricing element of the return will assess the following elements -

Call Handling

Local Office and Management

Accounting, Legal, H&S, HR and R&D

Vehicles, Materials, IT, Suppliers

Social Value, Environmental, Insurance and Profit

Task Order Fee

Mobilisation

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Type: quality

Name

Quality

Description

The Quality element of the return will assess the following elements -

Mobilisation

Data Management

Resourcing

Quality Assurance

Resident Engagement

Resident Presentation

Future Proofing

VFM

Social Value

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Lot 3 Corporate Assets

Lot number: 3

Description

Refer to the main description of this tender notice for the description of services required for Lot 3.

CPV classifications

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45311000 - Electrical wiring and fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45315400 - High voltage installation work
  • 45315500 - Medium-voltage installation work
  • 45315600 - Low-voltage installation work
  • 45315700 - Switching station installation work
  • 45317100 - Electrical installation work of pumping equipment
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45321000 - Thermal insulation work
  • 45324000 - Plasterboard works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45332000 - Plumbing and drain-laying work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 45351000 - Mechanical engineering installation works
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50760000 - Repair and maintenance of public conveniences
  • 50870000 - Repair and maintenance services of playground equipment
  • 51100000 - Installation services of electrical and mechanical equipment

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

145000000 GBP Excluding VAT

174000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contracts will be for 5 years with an option to extend by up to a further 5 years in increments to be agreed.

Does the lot include options?

Yes

Description of options

Contract Modification - Adding Scope to Existing R&M Contracts

The Council may expand the scope of the on island or off island contract where the additional work is compatible with the original contract, represents a non-substantial modification, and supports operational efficiency.

Before awarding additional scope, the contractor must:

• Continue to meet all conditions of participation, including technical, professional and financial requirements.

• Demonstrate they meet any new or enhanced insurance requirements for the expanded scope.

• Confirm they are not listed on the national debarment list under the Procurement Act 2023.

• Provide assurance of adequate resource capacity and performance levels.

New Contract Award Following Local Government Reorganisation (LGR) or Other Authority Collaboration

The new Authority/collaborating Authorities may award new or expanded contracts to align with the enlarged geographical and service footprint.

• The Council may award new service areas directly to the supplier ranked number 1.

• Where a new service requires a specific skillset, the Council may assign it to the supplier with the stronger technical or operational capability.

• The Council may invite both suppliers to compete in a closed mini‑competition to determine the most economically advantageous provider for new work.

• The above does not preclude the respective Authority/Authorities from fully re-tendering and new service areas

Regardless of the mechanism used, any contractor considered for additional work must:

• Continue to satisfy the participation conditions applied during the original tender (technical, financial, legal, professional).

• Meet any expanded insurance requirements triggered by the new service area (e.g., increased PL/EL/PI limits, specialist coverage).

• Not appear on the Procurement Act 2023 debarment list, nor be subject to mandatory or discretionary exclusion.

• Maintain acceptable performance levels under the existing contract.

• Demonstrate sufficient resource capacity and resilience to absorb additional work.

• Pass updated financial standing checks, proportionate to the enlarged scope.

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

The opportunity is divided into three lots:

• Lot 1 - On‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 2 - Off‑Island Repairs & Maintenance (Approx. £14M to £18M per annum)

• Lot 3 - Corporate Assets Repairs & Maintenance (Approx. £0.75M per annum)

There is one shortlisting exercise only for all three Lots, and only suppliers who successfully pass Stage 1 - Conditions of Participation will be invited to tender for Stage 2.

Under stage 2 of the tender process there are two distinct contract awards made for Lot 1 and Lot 2, suppliers will be required to submit one tender response covering both opportunities. Suppliers will need to state their preference for either Lot 1 or Lot 2, with the supplier ranked number 1 will be given their preference of Lots and the supplier ranked number 2 awarded the remaining lot. In the event any supplier declines either Lot, the Council reserves the right to set the suppliers tender aside and approach the next ranking supplier until both Lots are awarded.

Only suppliers submitting a fully compliant bid for both Lot 1 and Lot 2 will be eligible for consideration for Lot 3. Following evaluation of Lots 1 and 2, only the two preferred suppliers, one for Lot 1 and one for Lot 2, will be assessed for the Lot 3 Corporate Assets award. No other suppliers, including those who submitted compliant bids for Lots 1 and 2, will be considered for Lot 3. Suppliers will not be able to tender for Lot 3 as a standalone opportunity.

Participation

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions of participation

Refer to the procedure section of this tender notice for the selection criteria for Lot 3.

Award criteria

Weighting description

The Council are looking to use the following Price/Quality assessment in the 2nd stage of the process for Lot 3.

Price 90%

Quality 10%

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend

Type: cost

Name

Price

Description

The Pricing element of the return will assess the following elements -

Call Handling

Local Office and Management

Accounting, Legal, H&S, HR and R&D

Vehicles, Materials, IT, Suppliers

Social Value, Environmental, Insurance and Profit

Task Order Fee

Mobilisation

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Type: quality

Name

Quaility

Description

The Quality element of the return will assess the following elements -

Social Value

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Award criteria

Weighting description

The Council are looking to use the following Price/Quality assessment in the 2nd stage of the process for Lot 3.

Price 90%

Quality 10%

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend

Type: cost

Name

Price

Description

The Pricing element of the return will assess the following elements -

Call Handling

Local Office and Management

Accounting, Legal, H&S, HR and R&D

Vehicles, Materials, IT, Suppliers

Social Value, Environmental, Insurance and Profit

Task Order Fee

Mobilisation

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Type: quality

Name

Quaility

Description

The Quality element of the return will assess the following elements -

Social Value

For full details of the proposed Cost/Quality weightings, the ranges being considered for Stage 2 and how the returns will be assessed, suppliers should refer to section 18 of the Invitation to Tender - Competitive Flexible Procedure - Stage 1 Conditions of Participation available through the Councils e-tendering platform - Intend.

Contract terms and risks

Description of risks to contract performance

The Council has identified the following known risks that are likely to occur during the duration of the term of the contract -

Known Risks

The Council has identified the following known risks that are likely to occur during the duration of the term of the contract -

• An increase in stock size due to the construction of new build sites or the purchase of additional existing dwellings

• A decrease in stock size due to the sale or decommissioning of existing dwellings

In all of the above cases, the change will result in a change to the number of properties and the annual value of the contract due to increased complexity of -

• ageing stock requiring more frequent or complex repairs

• increase in the number of system replacements needed

• inclusion of other installations as risk assessments or Legislation dictates

Under this cost‑reimbursable contract, any requirements that fall outside the agreed baseline scope will be instructed and managed through the contract's defined Task Order depending on value and urgency.

Other Risks

• Local Government Reorganisation leads to other stock holding Authorities becoming amalgamated with the Council and consequently the contract acquires additional stock numbers, increasing the value of the opportunity.

• Local Government Reorganisation leads to the Council becoming amalgamated with other Local Authorities and the contract or stock is novated to an alternative contract or supplier, decreasing the value of the opportunity.

• KPIs reduce relevance or are found to be ineffective during the contract, potentially following changes in legislation and compliance monitoring, and need to be amended.

• Workstreams are added to provide contingency for other suppliers increasing the size and value of the contract.

• The ongoing costs in delivering the service increases due to larger than predicted inflationary pressures, labour shortages or skills gaps in engineering and supply chain disruptions (e.g., parts availability) Impacts of technological change in respect of unknown future standards or innovations - periodic review clause to allow to utilise new technology, mobilisation and purchase of new technology

• Following the acquisition of additional stock, higher than expected costs to bring dwellings to required standards following unknown conditions/unexpected issues that the Council could not have reasonably been aware at the point of purchase.

• Amendment or introduction of new legislation, changes in building safety legislation, evolving targets and potential changes in tenant rights and/or service expectations could increase/decrease the cost in delivering the service.

• Amendments or the introduction of new building safety legislation (e.g. under the Building Safety Act 2022 or related statutory instruments) may require the Council to modify the scope of the contract to ensure continued compliance. This could include new inspection regimes, reporting obligations, or remedial works not originally priced.

• Local Government Reorganisation may require the new authority to assume responsibility for a significantly expanded Corporate Asset portfolio (e.g., schools, offices, social care facilities) currently maintained under Hampshire County Council's £25M per annum R&M contract. This may materially increase the scale, value and geographic spread of the Corporate Assets element of the contract. The Council may need to vary the existing Corporate Assets arrangement, create a new lot restricted to the Lot 1 and Lot 2 suppliers, or undertake a separate procurement exercise to accommodate the increased workload. Although the nature of works is expected to remain broadly consistent, the operational scale may increase substantially.

• An endemic or pandemic event such as Covid 19 requires the contractor to achieve contractual outcomes by adapting existing practices.

The Council has identified the risks above associated with the delivery of this contract. In accordance with Schedule 8 of the Procurement Act 2023, the Council reserves the right to modify the contract, without initiating a new procurement procedure, should any of these known risks materialise during the contract term.

Any such modification will be limited to addressing the consequences of the known risk and will not alter the overall nature of the contract. Where applicable, a Contract Change Notice will be published in accordance with the requirements of the Act.

Submission

Expression of interest deadline

08 May 2026, 12:00PM

Enquiry deadline

24 April 2026, 16:00PM

Date of award of contract

30 October 2026, 23:59PM

Submission address and any special instructions

The Council will publish the associated tender documents via Intend, the Councils e-tendering platform.https://in-tendhost.co.uk/portsmouthcc/aspx/home

Minimum number of suppliers to be invited to tender

4

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

27 March 2031, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

A-14110

Document type

Bidding documents

Description

Soft Market Testing Reports following the Prior Information Notices published on -

• Outsourcing Options Appraisal - Wednesday 11th October 2024

• Lotting and Contracting Options Appraisal - Friday 23rd February 2025

ID

A-14111

Document type

Bidding documents

Description

Supporting information for SMT 2 - including the background information regarding the

proposed lotting structure, example questionnaire and attached appendices.

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
45317100 Electrical installation work of pumping equipment Other electrical installation work
45317200 Electrical installation work of transformers Other electrical installation work
45311000 Electrical wiring and fitting work Electrical installation work
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45341000 Erection of railings Fencing, railing and safety equipment installation work
45343220 Fire-extinguishers installation work Fire-prevention installation works
45343200 Firefighting equipment installation work Fire-prevention installation works
45343100 Fireproofing work Fire-prevention installation works
45430000 Floor and wall covering work Building completion work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45315400 High voltage installation work Electrical installation work of heating and other electrical building-equipment
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
45420000 Joinery and carpentry installation work Building completion work
45315600 Low-voltage installation work Electrical installation work of heating and other electrical building-equipment
45351000 Mechanical engineering installation works Mechanical installations
45315500 Medium-voltage installation work Electrical installation work of heating and other electrical building-equipment
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45324000 Plasterboard works Insulation work
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
50760000 Repair and maintenance of public conveniences Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50870000 Repair and maintenance services of playground equipment Miscellaneous repair and maintenance services
45343230 Sprinkler systems installation work Fire-prevention installation works
45315700 Switching station installation work Electrical installation work of heating and other electrical building-equipment
45321000 Thermal insulation work Insulation work

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.