Award

Servicing, Maintenance and Compliance (Gas, M&E and Buildings) of Council Managed Assets - Term Service Contract

PORTSMOUTH CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Apr 2022 at 20:52

Tender

06 May 2021 at 10:26

Summary of the contracting process

The Portsmouth City Council initiated a public procurement process for a Term Service Contract focused on the servicing, maintenance, and compliance of mechanical and electrical installations within its managed assets. This procurement falls under the services category, specifically repair and maintenance services of mechanical building installations, and was originally planned to begin on 1st April 2022. However, the procurement process, which was aimed at a contract value of approximately £7M per annum, has been cancelled as of February 2022, following the unsuccessful completion of the tender stage. The Council has subsequently stated its intent to launch a new procurement process using a restricted procedure, with key upcoming dates including the publication of a Prior Information Notice on 6th April 2022, and a formal Contract Notice on 23rd May 2022.

This upcoming tender presents significant opportunities for businesses specialising in mechanical and electrical services, particularly those able to offer comprehensive maintenance solutions and compliance checks related to gas safety, water systems, and fire safety. Companies that are experienced in the delivery of these critical services to local authorities, and that can demonstrate strong compliance with safety regulations, are particularly well-suited to engage in this competitive tendering process. The potential contract length of up to 15 years could provide long-term stability and revenue for successful bidders, especially those who can adapt to the Council's evolving needs and contribute positively to local economic growth and social value considerations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Servicing, Maintenance and Compliance (Gas, M&E and Buildings) of Council Managed Assets - Term Service Contract

Notice Description

The Council commenced a procurement process on 6th May 2021 via issue of a Contract Notice via Find a Tender Service (ref: 2021/S 000-009814) for the re-procurement of a term service partner contract for the provision of servicing, maintenance, installation and compliance checks of gas, water, heating and other associated building installations across the Council's housing stock and wider property portfolio. The contract also included for secondary options through which the Council could expand delivery into neighbouring geographical areas, let related task order project works and, on a contingency basis only, include for general term service responsive repairs and maintenance activities. The value of the contract was estimated at approx. PS7M per annum for delivery of the primary service requirements and forecast task order project works. In the highly unlikely event that all of the further options allowed for in the contract were taken up simultaneously to the full scope allowable the value of the contract could theoretically have risen to approx. PS30M per annum. The contract was due to commence on 1st April 2022 and then run for an initial base term of 5 years with an option to extend by a further 10 years to a maximum total term of 15 years. The Council was unable to conclude the procurement process and informed candidates and tenderers who had taken part that the procurement was to be abandoned via correspondence issued to them on 3rd February 2022. The Council has an ongoing critical requirement for the services and works which fell under the scope of the contract and will therefore be undertaking a new procurement process following the Restricted Procedure as defined within the Public Contracts Regulations (2015) in line with the summary programme set out below: * Issue FTS Prior Information Notice - 6th April 2022 * Issue FTS Contract Notice - 23rd May 2022 * Supplier Selection Questionnaire return deadline - 22nd June 2022 * Issue Invitation to Tender to shortlisted tenderers - 11th July 2022 * Tender return deadline - 9th September 2022 * Notification of award - 17th October 2022 * Completion of standstill and S20 Leaseholder Notification - 16th November 2022 * Contract execution - 28th November 2022 * Service commencement - 1st April 2023 The activities covered by the contract are of a critical nature and continuity of service is required to ensure that the Council is able to fulfil various non-discretionary statutory obligations, which include for: * As a landlord the Council has an obligation under the Gas Safety (Installation and Use) Regulations 1998 as amended Approved Code of Practice and guidance to ensure an annual safety check is carried out on each gas appliance/flue. * As a landlord the Council has health and safety at work act obligations under L8 Approved Code of Practice (3rd edition) (ACOP) and a requirement for landlords of both domestic and business premises to assess the risks from exposure to Legionella to their tenants. * The Regulatory Reform (Fire Safety) Order 2005 requires that the Council manages fire safety risks, this includes servicing fire alarms, automatic opening vents, emergency lighting, lightning conductors etc., all of which are part of the contract. Whilst the new procurement process is undertaken the Council has secured continuity of service via a 1 year extension of the contract with its current supplier Liberty Gas Services Limited. All in term extension options have been utilised and this contract was due to expire on 31st March 2022, but will now continue to 31st March 2023. Other than the extension to the duration of the contract all technical, commercial and legal terms are consistent with those agreed when the contract was originally let.

Lot Information

Lot 1

As per the summary scope provided within section II.2.4. and the information and additional CPV codes contained within the call for competition Contract Notice - ref 2021/S 000-009814.

Options: As per the summary scope provided within section II.2.4. and the information contained within the call for competition Contract Notice - ref 2021/S 000-009814.

Renewal: The contract will be let on an initial base term of 5 years with the option to extend by a further 10 years to a maximum total term of 15 years in increments of no more than 5 years at any one time at the option of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02adc7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009186-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

31 - Electrical machinery, apparatus, equipment and consumables; lighting

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services


CPV Codes

09330000 - Solar energy

31158100 - Battery chargers

31400000 - Accumulators, primary cells and primary batteries

31500000 - Lighting equipment and electric lamps

42110000 - Turbines and motors

42500000 - Cooling and ventilation equipment

45210000 - Building construction work

45231000 - Construction work for pipelines, communication and power lines

45251000 - Construction works for power plants and heating plants

45259000 - Repair and maintenance of plant

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45400000 - Building completion work

50413200 - Repair and maintenance services of firefighting equipment

50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

50700000 - Repair and maintenance services of building installations

50712000 - Repair and maintenance services of mechanical building installations

51100000 - Installation services of electrical and mechanical equipment

51700000 - Installation services of fire protection equipment

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£300,000,000 £100M-£1B
Lots Value
£300,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Apr 20223 years ago
Submission Deadline
11 Jun 2021Expired
Future Notice Date
Not specified
Award Date
5 Apr 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Spring 2026 in the event that extension options to increase the initial 5 year term are not taken up.

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Procurement Service
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
+44 2392688235

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2BG
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ27 West Sussex (South West), TLJ28 West Sussex (North East), TLJ3 Hampshire and Isle of Wight

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02adc7-2022-04-05T21:52:57+01:00",
    "date": "2022-04-05T21:52:57+01:00",
    "ocid": "ocds-h6vhtk-02adc7",
    "initiationType": "tender",
    "tender": {
        "id": "2021/S 000-009814",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Servicing, Maintenance and Compliance (Gas, M&E and Buildings) of Council Managed Assets - Term Service Contract",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "50712000",
            "description": "Repair and maintenance services of mechanical building installations"
        },
        "mainProcurementCategory": "services",
        "description": "The Council commenced a procurement process on 6th May 2021 via issue of a Contract Notice via Find a Tender Service (ref: 2021/S 000-009814) for the re-procurement of a term service partner contract for the provision of servicing, maintenance, installation and compliance checks of gas, water, heating and other associated building installations across the Council's housing stock and wider property portfolio. The contract also included for secondary options through which the Council could expand delivery into neighbouring geographical areas, let related task order project works and, on a contingency basis only, include for general term service responsive repairs and maintenance activities. The value of the contract was estimated at approx. PS7M per annum for delivery of the primary service requirements and forecast task order project works. In the highly unlikely event that all of the further options allowed for in the contract were taken up simultaneously to the full scope allowable the value of the contract could theoretically have risen to approx. PS30M per annum. The contract was due to commence on 1st April 2022 and then run for an initial base term of 5 years with an option to extend by a further 10 years to a maximum total term of 15 years. The Council was unable to conclude the procurement process and informed candidates and tenderers who had taken part that the procurement was to be abandoned via correspondence issued to them on 3rd February 2022. The Council has an ongoing critical requirement for the services and works which fell under the scope of the contract and will therefore be undertaking a new procurement process following the Restricted Procedure as defined within the Public Contracts Regulations (2015) in line with the summary programme set out below: * Issue FTS Prior Information Notice - 6th April 2022 * Issue FTS Contract Notice - 23rd May 2022 * Supplier Selection Questionnaire return deadline - 22nd June 2022 * Issue Invitation to Tender to shortlisted tenderers - 11th July 2022 * Tender return deadline - 9th September 2022 * Notification of award - 17th October 2022 * Completion of standstill and S20 Leaseholder Notification - 16th November 2022 * Contract execution - 28th November 2022 * Service commencement - 1st April 2023 The activities covered by the contract are of a critical nature and continuity of service is required to ensure that the Council is able to fulfil various non-discretionary statutory obligations, which include for: * As a landlord the Council has an obligation under the Gas Safety (Installation and Use) Regulations 1998 as amended Approved Code of Practice and guidance to ensure an annual safety check is carried out on each gas appliance/flue. * As a landlord the Council has health and safety at work act obligations under L8 Approved Code of Practice (3rd edition) (ACOP) and a requirement for landlords of both domestic and business premises to assess the risks from exposure to Legionella to their tenants. * The Regulatory Reform (Fire Safety) Order 2005 requires that the Council manages fire safety risks, this includes servicing fire alarms, automatic opening vents, emergency lighting, lightning conductors etc., all of which are part of the contract. Whilst the new procurement process is undertaken the Council has secured continuity of service via a 1 year extension of the contract with its current supplier Liberty Gas Services Limited. All in term extension options have been utilised and this contract was due to expire on 31st March 2022, but will now continue to 31st March 2023. Other than the extension to the duration of the contract all technical, commercial and legal terms are consistent with those agreed when the contract was originally let.",
        "value": {
            "amount": 300000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "As per the summary scope provided within section II.2.4. and the information and additional CPV codes contained within the call for competition Contract Notice - ref 2021/S 000-009814.",
                "value": {
                    "amount": 300000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be let on an initial base term of 5 years with the option to extend by a further 10 years to a maximum total term of 15 years in increments of no more than 5 years at any one time at the option of the Council."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Applications will be assessed in accordance with the criteria stated within the Project Info & Instructions document accessible via the Council's e-sourcing solution InTend using the following address: https://in-tendhost.co.uk/portsmouthcc/aspx/home The top 3-4 ranked suppliers will then be invited to tender. The Council is departing from the requirement to invite a minimum of 5 suppliers to tender under standard Restricted Procedure as set out within Regulation 65 3) of the Public Contracts Regulations (2015) due to the likely significant resource requirement needed to submit high quality compliant tender submissions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "As per the summary scope provided within section II.2.4. and the information contained within the call for competition Contract Notice - ref 2021/S 000-009814."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Defined Cost",
                            "type": "cost",
                            "description": "10"
                        },
                        {
                            "name": "Contractor Fee",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09330000",
                        "description": "Solar energy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158100",
                        "description": "Battery chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31400000",
                        "description": "Accumulators, primary cells and primary batteries"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42110000",
                        "description": "Turbines and motors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42500000",
                        "description": "Cooling and ventilation equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45231000",
                        "description": "Construction work for pipelines, communication and power lines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45251000",
                        "description": "Construction works for power plants and heating plants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259000",
                        "description": "Repair and maintenance of plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50500000",
                        "description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ27"
                    },
                    {
                        "region": "UKJ28"
                    },
                    {
                        "region": "UKJ3"
                    },
                    {
                        "region": "UKJ27"
                    },
                    {
                        "region": "UKJ28"
                    },
                    {
                        "region": "UKJ3"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Council's housing stock comprises approx. 15,000 properties across 7 estates located within Portsmouth and surrounding environs being: * Portsea * City South * Landport * Buckland * Paulsgrove * Leigh Park * Wecock Farm 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 In addition the Council may require the contractor to deliver works at properties which fall outside of the Council's portfolio where the Council is commissioned by neighbouring contracting authorities situated within the English counties of Hampshire, West Sussex and the Isle of Wight to deliver property management services."
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-11T14:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-08-02T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Spring 2026 in the event that extension options to increase the initial 5 year term are not taken up."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4436",
            "name": "PORTSMOUTH CITY COUNCIL",
            "identifier": {
                "legalName": "PORTSMOUTH CITY COUNCIL"
            },
            "address": {
                "streetAddress": "City Council",
                "locality": "Portsmouth",
                "region": "UKJ3",
                "postalCode": "PO12BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement@portsmouthcc.gov.uk",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.portsmouth.gov.uk",
                "buyerProfile": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "contactPoint": {
                "telephone": "+44 2079476000"
            }
        },
        {
            "id": "GB-FTS-49036",
            "name": "PORTSMOUTH CITY COUNCIL",
            "identifier": {
                "legalName": "PORTSMOUTH CITY COUNCIL"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "region": "UKJ31",
                "postalCode": "PO1 2BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement@portsmouthcc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/services/business/procurement/contract-opportunities-with-us/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-49036",
        "name": "PORTSMOUTH CITY COUNCIL"
    },
    "language": "en",
    "awards": [
        {
            "id": "009186-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}