Loading page content…
Loading page content…
Loading contract search results…
6 live procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Portsmouth City Council ('the council') is inviting tenders from suitably qualified Providers to provide Targeted Short Breaks and Specialist Holiday Playschemes for children and young people with Special Educational Needs and Disabilities (SEND) and additional needs within Portsmouth. The Council is looking to appoint a Provider or Providers via a multiple provider arrangement to deliver these services within the Northern, Southern and Central localities of Portsmouth, at an estimated annual value of approximately £517,000 collectively per annum, which is to be split accordingly between three separate lots and services. Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years. The scope of the services will include statutory duties and functions which meet Local Authority responsibilities in providing accessible Short Breaks provisions, which will support the needs of disabled children and young people, as well as their families, ensuring that the Council can offer a range of services within this field, during the day, inclusive of schools holidays, weekends, and after school, to meet the requirements of the applicable residents within Portsmouth boundaries. This is a re-procurement of an existing service. Scope and Specifications The services are to be provided for children and young people with SEND, and/or additional or complex health needs (support needs and provisions will differ, dependent on the service), who live within the city of Portsmouth from age 5 and up to their 18th birthday. Services must be delivered in line with the SEND Code of Practice, safeguarding standards, and local priorities. The targeted short breaks provisions will be offered to parent/careers, children and young people living in the city of Portsmouth, who meet the eligibility criteria, as set out in the Council's Short Breaks Statement. For certain services, providers should offer additional opportunities for families who are able to self-fund places for their child/children, as this will prove to be more cost effective. The Portsmouth Short Breaks offer, falls into three categories, as below: Level 1 - Low Level of Support For children and young people who cannot access universal services alone These services are provided for disabled children and young people who have additional needs that cannot be met by universal services. Level 2 - Higher Level of Support For children and young people who need a higher level of support. Those who meet eligibility criteria have access to short breaks. These services can be accessed by self-referral or via a Lead Professional. Level 3 - Specialist Support For children and young people who require services identified through a social care assessment These services are provided in addition to Levels 1 and 2 services where needs are identified through a social care assessment and meet the threshold for additional support. The commissioned services involved will cover categories 1 and 2 only. Dependent on the service, children and young people will be able to gain access to provisions via the following methods: Direct Parent/Carer Access Parents/carers will be able to book or register directly with the Contractor and will be able to access activities, either via the Contractors website, email of online booking form, phone or Local Offer directory link. Professional Referral Professionals may signpost or refer the family including: Early Help teams, Schools/SENCO's, Health visitors, Family support workers or Social care (if already involved). Council route The Council may send referral information for: Children known to services who require support • Children on targeted short breaks lists • Families who have requested short breaks through the SEND Local Offer Specifications The Specifications have been designed to ensure that all Providers have an effective and equal understanding of the contract's functional and performance requirements. Full details of requirements can be found in the Specification Documents. The Council reserves the right to make amendments to the specifications if deemed necessary, during the clarification stage. Partnership Working In addition to working in close partnership with the council, the Provider will also demonstrate effective communication and embody a strong partnership approach with other agencies and stakeholders, inclusive of Education, Health and Social Care partners in addition to parent carer forums, such as Portsmouth Parent Voice (PPV) Social Value The Council are committed to continuously reviewing and improving the approach to social value delivery, and Providers can find further information using the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/ Contract Model The council intends to award a fixed price schedule per contract, which meets the dedicated Council budgets. Provider's may bid for all lots or certain lots without any limitations. If a provider secures multiple lots as a result of their bid(s), the Council reserves the right to combine them into a single contract. The Council is seeking to admit a maximum of one Provider per lot, to deliver each provision, though a provider can bid for and deliver more than one lot. Contract Costs and Duration When splitting the services into lots, the contract for each lot will possess an initial term of 3 years, with the opportunity and potential to be extended by a further 2 years in increments to be agreed, up to a maximum term of 5 years in total, dependent on Contractor performance and Council funding availability. Furthermore, the contract value may increase or decrease subject to any changes to budget allocation changes in legislation, additional funding sources, variation of services, or addition of further associated services in order to meet changes in demand or service delivery, The baseline contract cost figure above is to be split between the lots based on financial stability for each, and therefore, a set amount will be allocated to each provision per annum. If only one provider is to bid for the opportunity or is deemed the winning bidder for all lots, following on from the tender, and secures all the commissioned services, then the total combined figure can be funded under one contract, similarly if two of the three lots are secured by one provider, then the funding for those two lots can be combined into one, with the remainder going to the provider for the remaining lot. Should a provider secure more than one lot, then it will be at their discretion as to how the funding is allocated for each provision, provided that the service is consistently delivered effectively and service user needs are being met, and this is discussed with the relevant Council members prior. The Council will be regularly notified by the provider when determining how funds are to be/being allocated. Funding allocation for each lot per annum, will be determined as follows, considering a potential 3% annual inflation applied over 5 years: a) Lot 1 (£100,000 base) • Year 1: £100,000.00 • Year 2: £103,000.00 • Year 3: £106,090.00 • Year 4: £109,272.70 • Year 5: £112,550.88 o Total (5 years): £530,913.58 b) Lot 2 (£170,000 base) • Year 1: £170,000.00 • Year 2: £175,100.00 • Year 3: £180,353.00 • Year 4: £185,763.59 • Year 5: £191,336.50 o Total (5 years): £902,553.09 c) Lot 3 (£247,000 base) • Year 1: £247,000.00 • Year 2: £254,410.00 • Year 3: £262,042.30 • Year 4: £269,903.57 • Year 5: £278,000.68 o Total (5 years): £1,311,356.55 Budget Cap and Affordability Requirement The Council has defined maximum annual funding allocations for each lot. Tenderers must not exceed the Year 1 base budget allocation for the lot(s) they are bidding for. Any Tenderer whose Year 1 total cost submission exceeds the stated base budget for that lot will be automatically excluded from evaluation for that lot. The Year 1 maximum budget allocations are as follows: • Lot 1: £100,000 (Year 1 cap) • Lot 2: £170,000 (Year 1 cap) • Lot 3: £247,000 (Year 1 cap) These values represent the absolute ceiling for Year 1 pricing. Submissions above these thresholds cannot be considered. Access to Tender Documents and Procurement Programme The Council will administrate the procurement using its e-sourcing system In-Tend, which will be used for: • Access to and issue of procurement information and documentation • Pre-tender submission clarification requests and responses • Tender submissions • Tender opening and access to responses • Post tender submission clarification requests and response • Award decision notification and feedback • Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements. The In-Tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home This procurement timetable is indicative and, while the council does not intend to depart from it, it reserves the right to do so at any time. Tender documents available on Intend - Tuesday 31st March 2026 Deadline requests for clarification - Friday 17th April 2026 at 23:59 Tender return deadline - Friday 1st May 2026 at 17:0 Evaluation of tenders completed - Monday 11th May 2026 Internal governance & moderation sign-offs - Tuesday 13th May 2026 to Thursday 14th May 2026 Award decision notified to providers - Friday 15th May 2026 Standstill Period - Monday 18th May 2026 - Thursday 28th May 2026 Contract award - Friday 29th May 2026 Mobilisation Period - Monday 1st June 2026 - 31st August 2026 Contract Commencement - Tuesday 1st September 2026
£2,780,000
Contract value
Portsmouth City Council (the "Council") is undertaking Preliminary Market Engagement (PME) in accordance with section 16 of the Procurement Act 2023 to inform a future competitive procurement for a managed vehicle hire solution predominantly for cars, MPVs, vans and minibuses to support Council operations across service areas. The PME exercise is intended to refine the procurement approach, service specification, performance requirements, contract duration and commercial strategy ahead of issuing a Tender Notice. The Council is exploring the market for a managed vehicle hire solution to support Council operations across multiple service areas. The anticipated scope includes (but is not limited to): • Cars (small/medium/large), with a strong preference for hybrid models • MPVs • Vans (small/medium/large) • Minibuses (D1 and non D1 options) The service is expected to include booking and customer support arrangements (telephone, website and mobile application), delivery/collection (where applicable), availability management, breakdown/contingency arrangements, incident/accident/claims processes, performance reporting, and account management/governance. The Council's current requirements include (indicatively): • A small number of hybrid hire vehicles to be kept permanently on site and capable of being dispatched within 30 minutes of any hire booking. • For home-delivery bookings, delivery must be to addresses within the Council's boundaries. • For all standard vehicle hires, delivery to the requested location must be completed within four working hours of the booking request. • Delivery across PO1 to PO17 postcode areas is expected to be included in the cost of hire (no additional charges). • The Council may also require delivery outside PO1 to PO17 up to a radius of 40 miles from the Council's boundaries (additional delivery costs to be evaluated as part of the future tender). Following completion of this PME process, the Council is currently targeting commencement of a formal procurement using the Open Procedure, via issue of a Tender Notice on 21 May 2026. Indicative procurement timetable (subject to change) • Tender Notice published / documents available: 21 May 2026 • Clarification deadline: 9 June 2026, 23:59 • Tender return deadline: 23 June 2026, 12:0 • Evaluation completed by: 14 July 2026, 12:0 • Contract Award Notification: 23 July 2026 • Standstill period: 23 July - 5 August 2026 • Target service commencement: 1 October 2026 Participation is not a condition for participation in any subsequent procurement and will not confer any advantage or disadvantage. The Council will take appropriate steps to ensure that competition is not distorted by this engagement. For potential bidders who are not able to attend the teams meeting a copy of the presentation and recording will be provided in the document set of the future Tender process. Local Government Reorganisation (LGR) As part of the wider Local Government Reorganisation (LGR), the Council is required to engage with neighbouring authorities to explore future requirements and needs, and to consider alignment of governance arrangements. The UK Government has 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 larger unitary authority is set to formally come into existence on 1 April 2028. Portsmouth City Council as it currently exists will be legally dissolved on 31 March 2028. The new authority's service delivery model is not yet finalised, but it is expected that local authority service responsibilities will merge within the new boundary. This could mean that the scope, demand and operational requirements for vehicle hire services may change over time depending on the governance and operating arrangements adopted. The opportunity value is expected to increase materially due to the wider geographic area and the potential integration of requirements from the merging authorities. The Council reserves the right to modify the contract under Schedule 8 of the Procurement Act 2023 should the confirmed LGR arrangements require changes to scope, value and/or delivery structure. The estimated 5-year total contract value (including any extension options) is £950,000 excluding VAT; however, this may change if LGR implementation requires changes to the scope and/or delivery structure. This figure is based on Portsmouth's current requirements only. The future contract is expected to include assignment/novation provisions. These provisions are likely to allow the Council to transfer the contract to the new larger unitary authority (or other successor contracting authority), where required by LGR. For further details in respect of LGR, please see: https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/
£950,000
Contract value
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.
£765,000,000
Contract value
Portsmouth City Council - the 'Council - will shortly be inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. The Tower The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. It is visible to the nine million passengers who sail and cruise through Portsmouth Harbour each year as well as the eight million visitors to Gunwharf Quays which offers outlet designer shopping. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew has been set. The Council will require use of the Tower for its own direct activities and in support of wider community activities to a total of 47 hours free of charge per year, further details are provided within the specification. Suggestions for complementary ancillary uses will be permitted. Examples include but are not limited to: • Food and beverage options such as a café, fine dining etc. • Entertainment including comedy evenings, cocktail evenings etc. • Virtual reality 'thrill experiences' • Private Functions including weddings, corporate events etc. Proposals for other activities / experiences will be considered. Suggestions for the use of the overall space, including the associated capital investment, will be considered. For example, the opportunity for development of the underused podium deck. Any investment must be solely funded by the operator. Contract Term, Estimated Value & Target Commercials Award of the contract is targeted for 7th August 2026. The successful operator will be required to seamlessly commence operations under a lease with associated concession arrangement from 11th October 2026 following expiry of the lease held with the current incumbent operator on 10th October 2026. The lease and associated concession contract will be let on a 25-year basis. Break clauses subject to 12 months notice will be included for at years 10, 15 and 20 of the lease. The lease will be subject to rental / management fee and revenue share payments from the operator to the Council. The Council is targeting a guaranteed rental payment of £350k total over the initial 3 years of the lease to allow for profiling of rent in view of mobilisation costs, building up sales and the impact in the 1st year of the Council's planned lift refurbishment works. From year 4 onwards the target average per annum payment thereafter has been set at £220k. Rental payments are to be made in advance on a quarterly basis per annum. Lease payments will be subject to 5 yearly rent reviews with increases subject to CPI adjustments. A minimum revenue share % of 3% will apply with operators able to bid back an increased share % up to a maximum of 10%. The revenue share proposed by operators may vary over the term of the agreement but must always be within the 3% - 10% min / max range stated. Revenue share payments are to be made within 30 days at the end of each contract year. In addition to rental and revenue share payments, the Council will also recover reinstatement insurance premium costs from the Operator. The Council is currently seeking specialist insurance advice which will inform the per annum figure to be accounted for within Operator commercial models. The Council is targeting to issue an insurance cost recovery value by week 3 - 4 of the tender period. The Council will reserve the right to alter and refine rent and revenue targets over the course of the procurement process and may issue revisions which alter the values and / or introduce pass/fail value requirements following evaluation of 1st stage tenders and completion of negotiation meetings in the event that the Council opts to undertake a 2nd stage of competitive tendering. The contract will be subject open book reporting. The Operator will be required to report on revenues generated by business activities on a quarterly basis and upon request within 10 working days along with provision of supporting evidence. At the end of each operating year the Operator will be required to produce full audited accounts for operation of the Tower, providing full details of sales, costs, O/H contribution, profits, dividends, etc. Based upon current revenue and subject to indexation the Council estimates that the successful Operator could achieve a 25-year turnover figure of approx. £90M. However, the Council considers that there are significant opportunities to increase revenue though investment, diversification of activities, food & beverage offer, sponsorship, advertising, etc. which could have a major positive impact upon revenue generation, potentially increasing revenue generation to £110M and beyond over the 25 year term. However, it should be noted that all estimates in respect of the value of the business opportunity are purely indicative and provided to comply with the requirements of the Procurement Act 23 in relation to publication of estimated contract values. Maintenance, Servicing & Facilities Management The Council will retain responsibility for the repair and maintenance of the items listed below which are further detailed within the procurement documents: • External Structure Works and inspections including the spire, view decks, tower legs, concrete shafts, ribs, bows, transfer landings and substructure, but excluding the base building and podium level. • Structural Glazing and Curtain Walling System on View Decks The Council is also progressing with lift refurbishment and other structural maintenance works which are currently scheduled to take place during the 1st year of the lease. Operators should be aware that a closure period for the viewing tower will be required to undertake these works. The exact length and scheduling of these works have yet to be confirmed but are likely to be approximately 6 months in duration. The Council will fund and deliver the works and will work with the Operator to agree the timing of any closures where possible. Operators should note that future lift refurbishment / replacement responsibility will fall with the Operator. The Operator will be responsible for all internal repairs and maintenance and to keep the property in good repair and condition including, but not limited to: • Reactive repairs and planned maintenance • Decorations and finishes • Fixtures and fittings • Sanitary facilities • Bar and kitchen areas • Surfaces in plant rooms, internally to the bows and spire The Operator will be responsible for the following external repairs and maintenance and to keep the property in good repair and condition including, but not limited to: • Base building - Floors, Walls and Roof • Podium level • Doors and Windows • External decoration works of the legs, concrete shafts, ribs, bows, transfer landings, base building, podium level, brise soleil etc. • Paving surrounding the tower and at podium level • Balustrades/Handrails round the podium level, podium stairs, terrace level and promenade level The Operator will be required to undertake all Planned Preventative Maintenance (PPM) and reactive repairs including maintenance, servicing and replacement (both minor and major) to those building elements highlighted as tenant responsibility. The Operator is responsible to keep all M&E, both internal and external to the Tower, in good condition and maintenance including, but not limited to: • Servicing • Reactive and Planned Repairs/Maintenance • Surveys • Lifecycle replacement • Lift maintenance / replacement The Operator shall provide the M&E maintenance service through a regular and organised regime and provide the Council with records of the works such as EICRs etc. Beyond the maintenance activities listed above, the Operator will be responsible for all building management activities required to ensure that the Tower is kept safe, clean and secure, including for: • Statutory Compliance Testing • Heating & Lighting • Cleaning • Security • Utilities and Environmental Management • Fire Detection & Emergency Lighting • Accessibility, Health & Safety and Safeguarding
£168,161,103
Contract value
Portsmouth City Council ('the Council') is inviting requests from suitably qualified suppliers to be admitted to a pseudo-dynamic purchasing system (DPS) arrangement to provide temporary accommodation services, ordinarily in Portsmouth but also in the surrounding area. Temporary Accommodation supports those at-risk of homelessness by providing short-term accommodation while a longer-term placement is found. COMMENCEMENT & DURATION Any placements made under this DPS will be made from the 10th March 2025 onwards. The maximum duration of the DPS is approx. 4 years. The DPS arrangements will expire on 23rd February 2029 12:00 and no new placements will be made via the DPS beyond this date, although placements made before this deadline may continue. VALUE The Council cannot guarantee or commit to spend year on year and is actively progressing initiatives to reduce spend, including sourcing properties for direct use. In 2023 the total amount spent on Temporary Accommodation providers was in excess of £5,000,000. Over the next 4 years, anticipated spend via this DPS may be in the region of £20,000,000. APPLICATION PROCESS The Council cannot commit to making temporary accommodation placements solely via the DPS arrangements, however it is the Council's intent to use the DPS as its primary sourcing route in the future. Suppliers currently providing temporary accommodation services to the Council are therefore strongly encouraged to apply to join the DPS. Suppliers may submit applications for admission to the DPS from 21st February 2025. Applications for admission to the DPS will close on 22nd December 2028. Suppliers should note the following documentation must be returned via the council's e-sourcing solution In-tend in order to be admitted to the DPS, subject to meeting all stated minimum requirements: - A fully completed Supplier Requirements Questionnaire (SRQ) document - Self certification that evidence of held insurances and other documentation / policies can be provided, as requested in the SRQ document Self-certifications required as part of completing the SRQ will be followed up on in order to ensure compliance by Council officers within 30 days of admission to the DPS. Applications will be checked on a fortnightly basis, with onboarding aimed to be completed for applicants who meet all stated minimum requirements within 30 days of receipts of the application. The Council reserves the right to check applications and onboard suppliers on shorter timescales where resource allows and / or requirements demand this. ADMINISTRATION The Council will administrate the DPS using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home
£20,000,000
Contract value
Portsmouth City Council ('the council') has awarded an Open Framework Agreement for the provision of learning disability (LD) day services and opportunities based predominantly in the Portsmouth area but may also extend to surrounding areas. The Council currently spends approximately £6,100,000 per annum on LD day services and opportunities which currently support 305 residents. The total Open Framework Agreement value is currently estimated to be £6.1m per annum, £48.8m over the 8-year term. This is based on current contracted activity so actual spend may fall below or above these estimated figures. Learning disability day opportunity services available on the Open Framework Agreement will enable people with a learning disability to learn new skills, take part in meaningful activities which are outcomes focused, build relationships, and improve health and wellbeing outside of their home environment. They also provide families and carers with time to undertake tasks not possible whilst fulfilling a carer role, such as allowing family members to work, other essential living or alternative carer tasks. The provision of Learning Disabilities Day Opportunity Services is to support people to achieve meaningful life outcomes based around four key outcome areas; Health, Independence, Community, and Employment. This outcome focus also supports long term efficiencies as people become healthier, more independent and are supported to both contribute to, and gain support from, their communities. This opportunity is open to Small and Medium Enterprises (SMEs) and micro providers (for example a provider could apply to support 1 or 2 clients) as well as larger regional and national providers. In establishing this Open Framework Agreement, the council are aiming to create a diverse and varied 'high-street' of services and opportunities for individuals to access. The Open Framework Agreement will be operational for a period of 8 years from 1st November 2024 to 31st October 2032. Providers will be able to apply to join, or add new services to, the Open Framework Agreement any time during the 8-year framework period. Although the Open Framework Agreement will remain open to applications, these will only be viewed and assessed twice per year for entry in April and October each year. There will be no limit to the number of providers who can join the Open Framework Agreement throughout its duration. However, the Council reserves the right to close the Open Framework Agreement to new entrants at any time, giving 3 months' notice via a Modification Notice to the original Find a Tender Service Contract Notice and updating the framework advert on both Contracts Finder and the council's e-sourcing system. Closure may be on a temporary or permanent basis and will be clearly stated in the updated notices and adverts. The Open Framework Agreement will be used for placements of individuals, which in some cases will together form a... Additional information: Portsmouth City Council is currently in the process of seeking expressions of interest for the following project - Day Opportunity Services for Adults with Learning Disabilities. The full details and ability to express an interest will be via our e-sourcing system Intend. This filepath will take you to the relevant area of Intend, https://in-tendhost.co.uk/portsmouthcc/aspx/Tenders/Current Once on the page you can either scroll down or use the search function to find the relevant project. Should you have any problems with the above link, please contact us on 023 9268 8235 or email: procurement@portsmouthcc.gov.uk Is a Recurrent Procurement Type? : No
Value undisclosed