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.

UK3

Portsmouth City Council - Term Service Contract for the Repairs & Maintenance Residential and Commercial properties for Council Managed Assets

  • First published: 08 May 2025
  • Last modified: 08 May 2025
  • 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:
08 May 2025
Deadline date:
26 June 2026
Notice type:
UK3
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Overview of Procurement Objectives Portsmouth City Council (the Council) is seeking to procure repairs and maintenance services for its housing stock through two individual contracts, with a combined total value in the region of £36M per annum. To meet the distinct geographical and logistical needs of service delivery, the procurement will result in two separate contract awards, one for properties located on "on-island" and one for those located ''off-island''. The successful contractors will be expected to deliver a responsive, high-quality service that ensures safe, well-maintained homes for residents while demonstrating value for money and alignment with the Council's strategic objectives.Each individual contract has an estimated annual value between £14M to £18M based on current historic spend. The contracts will be let for an initial base term of five years, with the option to extend for up to a further five years in intervals to be agreed. Based on anticipated inflationary uplifts and potential growth in housing stock, the total individual contract spends over the potential 10-year term (5-year base with options to extend) is expected to range between £168M and £225M. Therefore, based on current market conditions, the total combine spend over the 10-year lifetime of both contracts could be in the region of £336M to £450M. The impacts of Local Government Review have not been considered in this current value and the likely increases in the total value of the opportunity, brought about through the reform, will be addressed when the formal tender notice is issued.Housing Stock Information The Council has a housing stock of approximately 17,500 properties of which approximately 15,500 are socially rented and then there are approximately 2000 leasehold properties. Within the stock there is a mix of housing types including houses and bungalows; however the majority of the dwellings are within purpose-built blocks of flats constructed in the 1950s and 1960s.Traditionally the estate has been spread across the two geographical areas of Portsea Island (on-island, PO1 to PO5) and Paulsgrove and Havant (off-island, PO6 to PO9). A recent acquisition of approximately 800 properties has however subsequently increased the 'off-island' area to sites in Gosport, Fareham and Winchester.Current & Future DemandOver the last 5 years there have been approximately 16,000 annual general repairs and maintenance tasks undertaken across the 'on-island' housing stock and 15,000 annually across the 'off-island' housing stock, which is likely to remain consistent over the course of any new contract.The Council is currently working on a number of development options, and it is anticipated that within the next 5-10 years there is potential for up to 1000 additional dwellings to be created that will require some level of maintenance and consequently will need to be absorbed into any new contract.Over the course of the contract, it is likely that new workstreams will be introduced particularly as the stock is decarbonised and alternative renewables are implemented.Changing Context and ObjectivesOver the next 5-10 years the Council is expecting to experience a number of challenges with regards to the maintenance of its housing and general fund properties with any incumbent provider to work in partnership with the Council to ease pressures where they can.Significant changes in legislation such as the Building Safety Act and Fire Safety Act will require greater scrutiny from suppliers to ensure they are working in a compliant way and may require them to adopt new skills such as undertaking works as a result of Building Safety Cases for buildings of 6+ storeys.There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs, particularly around damp and mould are well managed and resolved and will be monitored by the Social Housing Regulator.Local Government Review As part of the wider Local Government Revi

Full notice text

Scope

Procurement description

Overview of Procurement Objectives

Portsmouth City Council (the Council) is seeking to procure repairs and maintenance services for its housing stock through two individual contracts, with a combined total value in the region of £36M per annum.

To meet the distinct geographical and logistical needs of service delivery, the procurement will result in two separate contract awards, one for properties located on "on-island" and one for those located ''off-island''. The successful contractors will be expected to deliver a responsive, high-quality service that ensures safe, well-maintained homes for residents while demonstrating value for money and alignment with the Council's strategic objectives.

Each individual contract has an estimated annual value between £14M to £18M based on current historic spend. The contracts will be let for an initial base term of five years, with the option to extend for up to a further five years in intervals to be agreed.

Based on anticipated inflationary uplifts and potential growth in housing stock, the total individual contract spends over the potential 10-year term (5-year base with options to extend) is expected to range between £168M and £225M. Therefore, based on current market conditions, the total combine spend over the 10-year lifetime of both contracts could be in the region of £336M to £450M. The impacts of Local Government Review have not been considered in this current value and the likely increases in the total value of the opportunity, brought about through the reform, will be addressed when the formal tender notice is issued.

Housing Stock Information

The Council has a housing stock of approximately 17,500 properties of which approximately 15,500 are socially rented and then there are approximately 2000 leasehold properties. Within the stock there is a mix of housing types including houses and bungalows; however the majority of the dwellings are within purpose-built blocks of flats constructed in the 1950s and 1960s.

Traditionally the estate has been spread across the two geographical areas of Portsea Island (on-island, PO1 to PO5) and Paulsgrove and Havant (off-island, PO6 to PO9).

A recent acquisition of approximately 800 properties has however subsequently increased the 'off-island' area to sites in Gosport, Fareham and Winchester.

Current & Future Demand

Over the last 5 years there have been approximately 16,000 annual general repairs and maintenance tasks undertaken across the 'on-island' housing stock and 15,000 annually across the 'off-island' housing stock, which is likely to remain consistent over the course of any new contract.

The Council is currently working on a number of development options, and it is anticipated that within the next 5-10 years there is potential for up to 1000 additional dwellings to be created that will require some level of maintenance and consequently will need to be absorbed into any new contract.

Over the course of the contract, it is likely that new workstreams will be introduced particularly as the stock is decarbonised and alternative renewables are implemented.

Changing Context and Objectives

Over the next 5-10 years the Council is expecting to experience a number of challenges with regards to the maintenance of its housing and general fund properties with any incumbent provider to work in partnership with the Council to ease pressures where they can.

Significant changes in legislation such as the Building Safety Act and Fire Safety Act will require greater scrutiny from suppliers to ensure they are working in a compliant way and may require them to adopt new skills such as undertaking works as a result of Building Safety Cases for buildings of 6+ storeys.

There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs, particularly around damp and mould are well managed and resolved and will be monitored by the Social Housing Regulator.

Local Government Review

As part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbouring authorities to explore potential opportunities for collaboration, shared service delivery, and governance alignment. While this engagement is ongoing, no formal decisions or agreements have been reached at this stage.

Under current LGR proposals, it is likely to require Portsmouth City Council to form a new Authority by merging with other neighbouring Authorities. For Portsmouth, this will result in a new Council being created to provide the same services to everyone in the city, whilst covering a larger area and have a different name. Effectively all the current council services in the new council boundary would be merged to create a new Council.

The Council can only confirm its current demand and scope of requirements; however, this may be subject to change should additional needs arise from other local authorities as part of wider structural reforms.

Any tender opportunities and contracts will be structured to allow adjustments in the scope of services and the value of contracts to the Council to respond to changes in demand and budgetary constraints, whilst ensuring that services remain efficient and continue to provide value for money. Additionally, provisions will be included to adapt to changes in geographical boundaries resulting from any reorganisation. This will ensure that services can be extended or retracted to align with new administrative areas.

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/

Existing R&M Contract

Two term service providers have managed the general repairs and maintenance requirements across the housing stock under an NEC 4 Option E Cost Reimbursement contract.

Each service provider has covered a distinct geographical area with one provider being responsible for 'on-island' repairs and one contractor being responsible for 'off-island' repairs. The 'on-island' contractor also manages repairs to a number of the Council's corporate assets.

The contract with each service provider has been in operation for just under 10 years and will expire in March 2026 with an estimated overall combined contract value of approximately £400m split fairly evenly across both geographical areas.

The existing arrangement has incorporated a number of functions and has included but is not exhaustive of:

• General responsive repairs

• General void property works

• Disabled adaptations

• Decorations

• Compliance testing

• Solar panel repairs

• Fire door, sprinkler and smoke detector checks

• Catering and Laundry Appliance Servicing and Repairs

New R&M Contract

The new contracts will mirror the existing arrangement with a geographical separation by on and off island. Two contracts supplied by two contractors will be established, one for the on-island properties and one for the off-island properties.

Both contracts will be run under an NEC 4 Option E Cost Reimbursable basis with an initial base term of 5 years with the option to extend the contractor for a further 5 years, in increments to be agreed. The Council are estimating the value per contractor will be in the region of £14m-£18m per annum.

The core scope of works will include but not limited to:

• General Repairs and Maintenance

• Smoke/Heat Detector Checks

• EICRs

• Emergency Lighting

• Ventilation Checks

• MVHR Testing and Repair

• Asbestos Removal

• Fire Door Installation and Maintenance

• Door Entry Systems

• Warden Call

• PV Maintenance

• Void Works

• Out of Hours

The contract may also require the following to covered or taken forward and will include but not limited to:

• Decarbonisation

• Air Source Heat Pumps

• Water Hygiene Repairs

• Communal Ventilation

• On and Off Island Repairs

• Corporate Asset Repairs

While not fully determined it is possible that Repairs to the Council's Corporate Assets will be taken forward by either the on island or off island contractor.

The on-island contractor is responsible for approximately 550 assets across both geographical areas; however these are predominantly within the PO1-PO5 postcode.

The Council's broader property portfolio encompasses a range of building types which include but are not limited to:

• Schools

• Offices

• Commercial buildings, warehouses and depots

• Care homes

• Sheltered housing and supported living properties

• Maritime port facilities

With reference to the corporate assets supported by the 'on-island' contractor there have been approximately 2000 repairs annually over the term of the contract at a value of approximately £750k per year.

Partnership Working

In addition to working in close partnership with the council, the supplier will also be required to work in partnership with the council's other existing term service contractor partners.

Systems Thinking Approach

The previous contracts have been managed on a full open book partnership basis with adoption of a range of Vanguard Systems Thinking designed processes and performance measures. The Council envisages these principles will still form part of any ongoing delivery strategy for Repairs & Maintenance contracts.

Further information on System Thinking can be freely accessed via the Vanguard site using the link below.

https://vanguard-method.net/the-vanguard-method-and-systems-thinking/

Social Value

The Council are committed to continuously reviewing and improving the approach to social value delivery, and suppliers can find further information using the following link -

https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/

Main category

Services

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Total value (estimated, excluding VAT)

450000000 GBP to 450000000GBP

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 1 lots

Lot number: 1

CPV classifications

  • 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
  • 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
  • 45343230 - Sprinkler systems installation work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings
  • 45453000 - Overhaul and refurbishment work
  • 45454000 - Restructuring work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of 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)

450000000 GBP Excluding VAT

540000000 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 contracts will be let for an initial base term of five years, with the option to extend for up to a further five years in intervals to be agreed.

Participation

Conditions

Economic

Conditions of participation

To be confirmed within the tender notice.

Conditions

Economic

Conditions of participation

To be confirmed within the tender notice.

Conditions of participation

To be confirmed within the tender notice.

Submission

Publication date of tender notice (estimated)

25 May 2026

Expression of interest deadline

26 June 2026, 12:00PM

Enquiry deadline

17 June 2026, 16:00PM

Date of award of contract

11 December 2026, 23:59PM

Submission address and any special instructions

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)

26 May 2031, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
45451000 Decoration work Other building completion 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
45452000 Exterior cleaning work for buildings Other building completion work
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
45315500 Medium-voltage installation work Electrical installation work of heating and other electrical building-equipment
45453000 Overhaul and refurbishment work Other 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
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50870000 Repair and maintenance services of playground equipment Miscellaneous repair and maintenance services
45454000 Restructuring work Other building completion work
45343230 Sprinkler systems installation work Fire-prevention installation works
45315700 Switching station installation work Electrical installation work of heating and other electrical building-equipment

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.