Skip to main content
Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

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

Open
Deadline
368 days left
March 31, 2027
Contract Details
Category
Restricted Procedure
Reference
028778-2026
Value
£918,000,000
Location
Hampshire and Isle of Wight, United Kingdom
Published
March 21, 2026
CPV Code
Project Timeline

Tender Published

March 27, 2026

Deadline for Questions

March 24, 2027

Submission Deadline

March 31, 2027

Contract Start Date

March 31, 2027

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£918,000,000
Duration
60 months
Location
Hampshire and Isle of Wight
Type
Restricted Procedure
75
Quality Score/100
Good

Original Tender 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.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

35 requirements across 5 categories

Submission (6)
Mandatory (1)
Compliance (11)
Technical (11)
Financial (6)
SUBMISSION REQUIREMENTS6
--Suppliers must pass Stage 1 to be invited to Stage 2.
--Suppliers must submit one tender covering both Lots 1 and 2.
--Suppliers must state their preferred lot for Lots 1 and 2.
MANDATORY EXCLUSION GROUNDS1
--Suppliers must not be subject to mandatory exclusion grounds as defined by law.
ELIGIBILITY REQUIREMENTS11
--Suppliers must be invited to Stage 2 after passing Stage 1.
--Suppliers must submit one tender covering both Lots 1 and 2.
--Suppliers must state their preferred lot for Lots 1 and 2.
TECHNICAL CAPABILITY REQUIREMENTS11
--Suppliers must be able to deliver repairs and maintenance services for housing stock.
--Suppliers must be able to deliver repairs and maintenance services for Corporate Assets.
--Suppliers must be able to provide a 365-day out-of-hours service.
FINANCIAL REQUIREMENTS6
--The estimated 10-year total contract value for Portsmouth's current footprint is £336M to £450M.
--The estimated inflation-adjusted 10-year total opportunity value post-LGR is between £504M and £765M.
--The value of Lot 1 is £14M-£18M p.a.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

No processed documents available for this tender.

Documents will appear here once they are downloaded and analyzed.

75
Good

Tender Quality Score

This tender is well-structured with clear lot divisions and detailed service descriptions, but lacks explicit evaluation criteria and accessible document content, impacting its overall quality.

Score Breakdown

Legal Compliance75/100

The tender adheres to general legal compliance by specifying a procedure, CPV code, and organizational details. However, the absence of a reveal date and explicit evaluation criteria could pose minor compliance risks. Deadlines appear reasonable given the scope.

Missing reveal date
No evaluation criteria specified
Clarity80/100

The description of services, lot structure, and anticipated challenges is comprehensive. Requirements are generally well-documented, but the lack of accessible document content and specific evaluation criteria could lead to some ambiguity for potential bidders.

No document content available
Completeness70/100

Most basic information is present, including estimated value, duration, and contract start date. The division into lots and detailed service descriptions contribute to completeness. However, the lack of accessible document content and explicit evaluation criteria leaves gaps.

No document content available
Missing evaluation criteria
Fairness85/100

The tender promotes fairness through clear lotting, disclosed values, and a competitive flexible procedure. The two-stage process and the requirement for Stage 1 qualification are standard. The structure for Lot 3 eligibility ensures that only experienced bidders for Lots 1 and 2 can compete, which is a reasonable approach. No obvious tailoring to specific companies is present.

Practicality65/100

The tender specifies a contract start date and duration. However, the absence of information regarding e-submission and a direct URL to documents hinders practicality. Financing information is not explicitly detailed.

No e-submission
Document URL missing
Data Consistency90/100

Key fields such as title, reference, organization, value, and dates are populated logically. The contract start date matching the submission deadline is unusual but not necessarily inconsistent if it implies immediate commencement post-deadline. No disputes or suspensions are noted.

Sustainability50/100

The tender mentions potential future workstreams like decarbonisation and renewables, and a commitment to social value. However, explicit green procurement criteria, social aspects, or innovation focus are not detailed, and it is not indicated as EU funded.

Not green procurement
No social criteria

Strengths

Clear lotting structure for diverse service needs
Detailed description of services and anticipated challenges
Comprehensive financial information including lot-specific values
Two-stage procurement process for phased evaluation

Concerns

Lack of accessible tender document content
Absence of specified evaluation criteria
No explicit mention of e-submission platform
Limited explicit sustainability and innovation requirements

Recommendations

1. Provide direct links to all tender documents and clearly outline evaluation criteria.
2. Specify the e-submission platform and process.
3. Elaborate on sustainability and innovation requirements to encourage greener and more forward-thinking bids.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline