Tender

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

PORTSMOUTH CITY COUNCIL

This public procurement record has 2 releases in its history.

Tender

18 Jan 2023 at 14:52

Planning

28 Apr 2022 at 22:13

Summary of the contracting process

The Portsmouth City Council is inviting expressions of interest for a Term Service Contract for the servicing, maintenance, and compliance of gas, mechanical and electrical (M&E) installations in council-managed assets. The contract aims to be awarded by 10th July 2023, with a contract value ranging from £6M to £8M per annum, potentially up to £80M in total. The contracting process will follow the Restricted Procedure outlined in the Public Contracts Regulations (2015) with key dates such as the submission deadline on 21st April 2023 and contract commencement on 2nd October 2023.

This tender presents opportunities for qualified suppliers to provide servicing and maintenance services for a diverse range of installations in the council's housing stock and wider property portfolio. Businesses experienced in gas servicing, maintenance, and compliance activities, as well as in mechanical and electrical building installations, would be well-suited to compete. The Council will select the top 5 ranked suppliers based on submitted Supplier Status Questionnaires for the subsequent tendering process, offering a chance for businesses to secure a long-term partnership with the Council.

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

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

Notice Description

Portsmouth City Council - the 'council' - is inviting expressions of interest from suitably qualified and experienced suppliers 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 on a term service partner basis. Further information in respect of contract scope, form and options is et out within Section II.2.14. below. The council is targeting to have awarded the contract by 10 July 2023 to allow for commencement on 2 October 2023. The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The value of the contract requirements equates to between approximately PS6M to PS8M, per annum and therefore between approximately PS60M to PS80M in total if the extension option(s) is taken up and the contract runs for the maximum allowable term of 10 years. The council will undertake a procurement process to award the contract in accordance with the Restricted Procedure, as set out within the Public Contracts Regulations (2015), in line with the summary programme set out below; * FTS Notice issued - Wednesday 18th January 2023 * SSQ and procurement documents published on Intend - Wednesday 18th January 2023 * Deadline for requests for clarification - Friday 10th February 2023 at 23:59 * SSQ submission deadline - Monday 20th February 2023 at 12:00 * ITT and final procurement documents published on Intend - Monday 13th March 2023 * Tender return deadline Friday - 21st April at 14:00 * Notification of preferred bidder - Monday 22nd May 2023 * Standstill start - Monday 22nd May 2023 * Standstill finish - Thursday 1st June 2023 at 23:59 * Issue S20 Leaseholder notification - Monday 5th June 2023 * Contract award - Monday 10th July 2023 * Contract commencement - Monday 2nd October 2023 Application is via completion and submission of a project specific Supplier Status Questionnaire (SSQ) and associated further documentation by Monday 20th February 2023 12:00. The SSQ and associated documents can be obtained from the Council's InTend e-sourcing solution using the following address - https://in-tendhost.co.uk/portsmouthcc/aspx/home. Following assessment of SSQ submissions the top 5 ranked suppliers will be invited to tender.

Lot Information

Lot 1

SCOPE OF WORKS The core scope of works, which the successful supplier will be required to deliver are: * Domestic gas servicing, testing, maintenance and replacement installations: 1. Landlord annual gas safety check; 2. Void gas safety check; 3. Domestic gas boiler and heating repairs; and 4. Domestic gas boiler installations including heating systems, controls and all pipework. * General servicing, testing, maintenance and replacement as appropriate of the following service areas and any other mechanical and electrical installations within Housing assets as directed but not limited to the existing named installations referred to within points 1-4 below and may include emerging technologies or regulation requirements over the life of the contract: 1. Dwelling detectors, including smoke, heat and carbon monoxide (CO); 2. Heat recovery units (dwellings) including filter changes; 3. Air ventilation extraction (dwellings) including duct cleaning, filter and fire damper changes; and 4. Heating interface units (HIU). * Visual inspection and recording as necessary of the following dwelling areas within Housing assets as directed, reporting any identified repairs to the council or other service providers as appropriate: 1. Electrical installation; 2. Property fire doors; 3. Property windows; and 4. Sprinkler heads. ANCILLARY SCOPE OF WORKS The ancillary scope of works, which the successful supplier may be required to deliver, namely: * Commercial gas servicing, testing, maintenance and replacement installations: 1. Landlord annual gas safety check; 2. Commercial gas boiler and heating repairs; and 3. Commercial gas boiler installations including heating systems, controls and all pipework. * Water system testing and assessments across Housing and Corporate assets, namely 1. Water temperature testing with follow up water quality testing, as required 2. Legionella Risk Assessments * General servicing, testing, maintenance and replacement as appropriate of the following service areas and any other mechanical and electrical installations within Corporate assets as directed but not limited to the existing named installations and may include emerging technologies over the life of the contract: 1. Catering and laundry appliances OUT OF HOURS SERVICE The supplier will be required to resource an out of hours service which is available 365 days a year. TECHNICAL SCOPE FURTHER INFORMATION For further information in respect of the technical scope of the contract suppliers are referred to the draft version of Schedule 3 - Part 1 - Service Information, sections SI 1800 and SI 1900, and Schedule 3 - Part 2a - Affected Property accessible via InTend CONTRACT FORM & MANAGEMENT The contract will be let using the NEC4 Term Service Option E Cost Reimbursable terms, with project work let via task orders. It is important to note that the standard NEC4 Term Service Contract has been amended to utilise a fixed Contractor fee sum, as opposed to a percentage. The fee will be fixed for the service period and will be reviewed annually, with agreed inflation indices applied as described in draft Schedule 2 - Contract Data Part 1, section Z18.0. The contract also includes a set of cost thresholds which are detailed in the schedules. For further information regarding the Contractor Fee and cost thresholds suppliers are referred to the draft versions available via InTend of Schedule 2 - Contract Data Part 1, Schedule 3 Part 1 - Service Information, Schedule 3 Part 3 - Disallowed Cost and Schedule 6 Part 1 - Defined Cost and Fee. OPEN BOOK & SYSTEMS THINKING METHODOLOGY The contract will be managed on a full open book partnership basis with adoption of a range of Vanguard Systems Thinking designed processes and performance measures. Systems Thinking methodologies have been incorporated and applied across the council's contracts with term service providers since 2006. For further information regarding the system improvement methodology (Vanguard Systems Thinking) adopted by the council suppliers are referred to the draft version of Schedule 3 - Part 1 - Service Information, sections SI 700 and SI 1800, Schedule 3 - Part 16 - Capability Measure Operational Definition and the Asset Management Strategy 2021, section 2 available via InTend. The supplier will be required to adopt the council's systems thinking principles, working practices and utilise its in-house repairs and maintenance IT system. A high level of contract specific local level autonomy on the part of the supplier will be required to make this work. 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. For further information and details on the council's existing term service contractor partners, suppliers are referred to the draft version of Schedule 4 - Part 1 - Partnering Information via InTend. SOCIAL VALUE The council have adopted a Social Value Policy that requires the supplier to deliver against a range of social value outcomes which may include but are not limited to considerations related to local employment, opportunities for disadvantaged groups, inclusivity, local supply chain / sub-contractor utilisation, skills and apprenticeships, environmental impact, etc. For further information on social value, suppliers are referred to the Council Social Value Policy 2021 and draft Schedule 9 - Social Value Commitment accessible via InTend. Additional information: The following documentation has been issued via InTend: * SSQ - Project Information & Instructions to Applicants (this document) * SSQ - Questionnaire * Appendix 1 - Contract Case Study Template * Appendix 2 - Contract Case Study Summary List * Appendix 3 - Case Study Reference Questionnaire * Supplier Guidance (InTend Guidance - a step by step guide for operating the Council's e-sourcing solution) * Draft Procurement documents Zip file, comprising: o Instructions to Tenderers (draft) o Schedule 2 - Part 1 - Contract Data (draft) o Schedule 3 - Part 1 - Service Information (draft) o Schedule 3 - Part 2a - Affected Property (draft) o Schedule 3 - Part 3 - Disallowed Cost (draft) o Schedule 3 - Part 4 - Associated Policies, Strategies & Documents (draft) o Schedule 3 - Part 5 - Out of Hours Contractor Rota (draft) o Schedule 3 - Part 6 - (Contractors Name) Contractors Plan (draft) o Schedule 3 - Part 7 - (Contractors Name) Application for Payment (draft) o Schedule 3 - Part 7a - (Contractors Name) Payment Actual vs. Forecast (draft) o Schedule 3 - Part 8 - Approved Subcontractors (draft) o Schedule 3 - Part 9 - Approved Materials (draft) o Schedule 3 - Part 10 - Contractor Job Cost Schema (draft) o Schedule 3 - Part 12 - Contractors Notification (draft) o Schedule 3 - Part 13 - Service Manager Instruction (draft) o Schedule 3 - Part 14 - Service Manager Notification (draft) o Schedule 3 - Part 15 - Task Order (draft) o Schedule 3 - Part 16 - Capability Measures Operational Definition (draft) o Schedule 3 - Part 19 - Employers Equipment Register (draft) o Schedule 3 - Part 21 - Repair Authorisation Instruction (draft) o Schedule 4 - Part 1 - Partnering Information (draft) o Schedule 5 - Part 1 - Contract Data Part 2 (draft) o *Schedule 5 - Part 2 - (Contractors Name) Service Information o Schedule 6 - Part 1 - Defined Cost and Fee (draft) o Schedule 6 - Part 2 - Cost Model (draft) o Schedule 7 - Forms for Completion (draft) o Schedule 8 - Liberty TUPE Employee Liability Information (draft) o Schedule 9 - Social value Commitment (draft) * Building Management and Corporate policies Zip file, comprising: o Asset Management Strategy o BM Asbestos Policy o BM Charging for Repairs Policy o BM Disabled Adaptations Policy o BM Electrical Certificates Policy o BM Fire Safety Policy o BM Repairs and Maintenance Allowance Policy o BM Requests to Improve Our Properties Policy o BM Right to Repair Policy o BM Scope of Service o BM Special Decorations Policy o BM Tenant & Leaseholder Improvements & Alterations Policy o BM Keyword Guidance - GE has Word o PCC Anti-Fraud, Bribery & Corruption Policy o PCC Corporate Complaints policy - Dec 2021 o PCC Data Protection Policy o PCC Data Security Incident Management Policy o PCC Gifts & Hospitality Policy o PCC ICT Access Policy o PCC Keep IT Secure and Legal Policy o PCC PAT Policy awaiting approval o PCC Risk & Assurance Management Policy o PCC Smoking at Work Policy o PCC Social Value Policy o PCC Software Policy o PCC Transport Strategy o PCC Whistle Blowing Policy Schedule 3 Parts 11, 17, 18 and 20 have been retired or do not form part of this contract *Schedule 5 - Part 2 - (Contractors Name) Service Information / Quality Assessment Questions is currently being prepared by the Council and will be issued to the shortlisted suppliers with the final versions of the procurement documentation. The draft schedule is not complete but provides for element headings and weightings. Please note that the documents listed above marked "(draft)" are being issued at this stage of the procurement in draft form for awareness. Following this stage of the procurement, the documents will be issued in their final form to the suppliers who are being invited to tender. The final documents may vary from and will supersede these draft versions.

Options: The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The maximum allowable term is 10 years.

Renewal: The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The maximum allowable term is 10 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0331b5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001569-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning 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

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45232100 - Ancillary works for water pipelines

45261215 - Solar panel roof-covering work

45262100 - Scaffolding work

45262522 - Masonry work

45262660 - Asbestos-removal work

45311000 - Electrical wiring and fitting work

45331100 - Central-heating installation work

45331110 - Boiler installation work

45331200 - Ventilation and air-conditioning installation work

45331230 - Installation work of cooling equipment

45332000 - Plumbing and drain-laying work

45333000 - Gas-fitting installation work

45350000 - Mechanical installations

50510000 - Repair and maintenance services of pumps, valves, taps and metal containers

50531100 - Repair and maintenance services of boilers

50531200 - Gas appliance maintenance services

50710000 - Repair and maintenance services of electrical and mechanical building installations

50712000 - Repair and maintenance services of mechanical building installations

50720000 - Repair and maintenance services of central heating

50730000 - Repair and maintenance services of cooler groups

71251000 - Architectural and building-surveying services

Notice Value(s)

Tender Value
£80,000,000 £10M-£100M
Lots Value
£80,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jan 20233 years ago
Submission Deadline
20 Feb 2023Expired
Future Notice Date
12 Jun 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
in the event that extension options to extend the term of the contract beyond the initial 5 year term are not taken up, the estimated timing for further notices to be published is Autumn/Winter 2027.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
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
TLJ31 Portsmouth, TLJ35 South Hampshire

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-0331b5-2023-01-18T14:52:16Z",
    "date": "2023-01-18T14:52:16Z",
    "ocid": "ocds-h6vhtk-0331b5",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0331b5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Term Service Contract for the Servicing, Maintenance and Compliance (Gas, M&E and Buildings) for Council Managed Assets",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50712000",
            "description": "Repair and maintenance services of mechanical building installations"
        },
        "mainProcurementCategory": "services",
        "description": "Portsmouth City Council - the 'council' - is inviting expressions of interest from suitably qualified and experienced suppliers 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 on a term service partner basis. Further information in respect of contract scope, form and options is et out within Section II.2.14. below. The council is targeting to have awarded the contract by 10 July 2023 to allow for commencement on 2 October 2023. The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The value of the contract requirements equates to between approximately PS6M to PS8M, per annum and therefore between approximately PS60M to PS80M in total if the extension option(s) is taken up and the contract runs for the maximum allowable term of 10 years. The council will undertake a procurement process to award the contract in accordance with the Restricted Procedure, as set out within the Public Contracts Regulations (2015), in line with the summary programme set out below; * FTS Notice issued - Wednesday 18th January 2023 * SSQ and procurement documents published on Intend - Wednesday 18th January 2023 * Deadline for requests for clarification - Friday 10th February 2023 at 23:59 * SSQ submission deadline - Monday 20th February 2023 at 12:00 * ITT and final procurement documents published on Intend - Monday 13th March 2023 * Tender return deadline Friday - 21st April at 14:00 * Notification of preferred bidder - Monday 22nd May 2023 * Standstill start - Monday 22nd May 2023 * Standstill finish - Thursday 1st June 2023 at 23:59 * Issue S20 Leaseholder notification - Monday 5th June 2023 * Contract award - Monday 10th July 2023 * Contract commencement - Monday 2nd October 2023 Application is via completion and submission of a project specific Supplier Status Questionnaire (SSQ) and associated further documentation by Monday 20th February 2023 12:00. The SSQ and associated documents can be obtained from the Council's InTend e-sourcing solution using the following address - https://in-tendhost.co.uk/portsmouthcc/aspx/home. Following assessment of SSQ submissions the top 5 ranked suppliers will be invited to tender.",
        "value": {
            "amount": 80000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "SCOPE OF WORKS The core scope of works, which the successful supplier will be required to deliver are: * Domestic gas servicing, testing, maintenance and replacement installations: 1. Landlord annual gas safety check; 2. Void gas safety check; 3. Domestic gas boiler and heating repairs; and 4. Domestic gas boiler installations including heating systems, controls and all pipework. * General servicing, testing, maintenance and replacement as appropriate of the following service areas and any other mechanical and electrical installations within Housing assets as directed but not limited to the existing named installations referred to within points 1-4 below and may include emerging technologies or regulation requirements over the life of the contract: 1. Dwelling detectors, including smoke, heat and carbon monoxide (CO); 2. Heat recovery units (dwellings) including filter changes; 3. Air ventilation extraction (dwellings) including duct cleaning, filter and fire damper changes; and 4. Heating interface units (HIU). * Visual inspection and recording as necessary of the following dwelling areas within Housing assets as directed, reporting any identified repairs to the council or other service providers as appropriate: 1. Electrical installation; 2. Property fire doors; 3. Property windows; and 4. Sprinkler heads. ANCILLARY SCOPE OF WORKS The ancillary scope of works, which the successful supplier may be required to deliver, namely: * Commercial gas servicing, testing, maintenance and replacement installations: 1. Landlord annual gas safety check; 2. Commercial gas boiler and heating repairs; and 3. Commercial gas boiler installations including heating systems, controls and all pipework. * Water system testing and assessments across Housing and Corporate assets, namely 1. Water temperature testing with follow up water quality testing, as required 2. Legionella Risk Assessments * General servicing, testing, maintenance and replacement as appropriate of the following service areas and any other mechanical and electrical installations within Corporate assets as directed but not limited to the existing named installations and may include emerging technologies over the life of the contract: 1. Catering and laundry appliances OUT OF HOURS SERVICE The supplier will be required to resource an out of hours service which is available 365 days a year. TECHNICAL SCOPE FURTHER INFORMATION For further information in respect of the technical scope of the contract suppliers are referred to the draft version of Schedule 3 - Part 1 - Service Information, sections SI 1800 and SI 1900, and Schedule 3 - Part 2a - Affected Property accessible via InTend CONTRACT FORM & MANAGEMENT The contract will be let using the NEC4 Term Service Option E Cost Reimbursable terms, with project work let via task orders. It is important to note that the standard NEC4 Term Service Contract has been amended to utilise a fixed Contractor fee sum, as opposed to a percentage. The fee will be fixed for the service period and will be reviewed annually, with agreed inflation indices applied as described in draft Schedule 2 - Contract Data Part 1, section Z18.0. The contract also includes a set of cost thresholds which are detailed in the schedules. For further information regarding the Contractor Fee and cost thresholds suppliers are referred to the draft versions available via InTend of Schedule 2 - Contract Data Part 1, Schedule 3 Part 1 - Service Information, Schedule 3 Part 3 - Disallowed Cost and Schedule 6 Part 1 - Defined Cost and Fee. OPEN BOOK & SYSTEMS THINKING METHODOLOGY The contract will be managed on a full open book partnership basis with adoption of a range of Vanguard Systems Thinking designed processes and performance measures. Systems Thinking methodologies have been incorporated and applied across the council's contracts with term service providers since 2006. For further information regarding the system improvement methodology (Vanguard Systems Thinking) adopted by the council suppliers are referred to the draft version of Schedule 3 - Part 1 - Service Information, sections SI 700 and SI 1800, Schedule 3 - Part 16 - Capability Measure Operational Definition and the Asset Management Strategy 2021, section 2 available via InTend. The supplier will be required to adopt the council's systems thinking principles, working practices and utilise its in-house repairs and maintenance IT system. A high level of contract specific local level autonomy on the part of the supplier will be required to make this work. 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. For further information and details on the council's existing term service contractor partners, suppliers are referred to the draft version of Schedule 4 - Part 1 - Partnering Information via InTend. SOCIAL VALUE The council have adopted a Social Value Policy that requires the supplier to deliver against a range of social value outcomes which may include but are not limited to considerations related to local employment, opportunities for disadvantaged groups, inclusivity, local supply chain / sub-contractor utilisation, skills and apprenticeships, environmental impact, etc. For further information on social value, suppliers are referred to the Council Social Value Policy 2021 and draft Schedule 9 - Social Value Commitment accessible via InTend. Additional information: The following documentation has been issued via InTend: * SSQ - Project Information & Instructions to Applicants (this document) * SSQ - Questionnaire * Appendix 1 - Contract Case Study Template * Appendix 2 - Contract Case Study Summary List * Appendix 3 - Case Study Reference Questionnaire * Supplier Guidance (InTend Guidance - a step by step guide for operating the Council's e-sourcing solution) * Draft Procurement documents Zip file, comprising: o Instructions to Tenderers (draft) o Schedule 2 - Part 1 - Contract Data (draft) o Schedule 3 - Part 1 - Service Information (draft) o Schedule 3 - Part 2a - Affected Property (draft) o Schedule 3 - Part 3 - Disallowed Cost (draft) o Schedule 3 - Part 4 - Associated Policies, Strategies & Documents (draft) o Schedule 3 - Part 5 - Out of Hours Contractor Rota (draft) o Schedule 3 - Part 6 - (Contractors Name) Contractors Plan (draft) o Schedule 3 - Part 7 - (Contractors Name) Application for Payment (draft) o Schedule 3 - Part 7a - (Contractors Name) Payment Actual vs. Forecast (draft) o Schedule 3 - Part 8 - Approved Subcontractors (draft) o Schedule 3 - Part 9 - Approved Materials (draft) o Schedule 3 - Part 10 - Contractor Job Cost Schema (draft) o Schedule 3 - Part 12 - Contractors Notification (draft) o Schedule 3 - Part 13 - Service Manager Instruction (draft) o Schedule 3 - Part 14 - Service Manager Notification (draft) o Schedule 3 - Part 15 - Task Order (draft) o Schedule 3 - Part 16 - Capability Measures Operational Definition (draft) o Schedule 3 - Part 19 - Employers Equipment Register (draft) o Schedule 3 - Part 21 - Repair Authorisation Instruction (draft) o Schedule 4 - Part 1 - Partnering Information (draft) o Schedule 5 - Part 1 - Contract Data Part 2 (draft) o *Schedule 5 - Part 2 - (Contractors Name) Service Information o Schedule 6 - Part 1 - Defined Cost and Fee (draft) o Schedule 6 - Part 2 - Cost Model (draft) o Schedule 7 - Forms for Completion (draft) o Schedule 8 - Liberty TUPE Employee Liability Information (draft) o Schedule 9 - Social value Commitment (draft) * Building Management and Corporate policies Zip file, comprising: o Asset Management Strategy o BM Asbestos Policy o BM Charging for Repairs Policy o BM Disabled Adaptations Policy o BM Electrical Certificates Policy o BM Fire Safety Policy o BM Repairs and Maintenance Allowance Policy o BM Requests to Improve Our Properties Policy o BM Right to Repair Policy o BM Scope of Service o BM Special Decorations Policy o BM Tenant & Leaseholder Improvements & Alterations Policy o BM Keyword Guidance - GE has Word o PCC Anti-Fraud, Bribery & Corruption Policy o PCC Corporate Complaints policy - Dec 2021 o PCC Data Protection Policy o PCC Data Security Incident Management Policy o PCC Gifts & Hospitality Policy o PCC ICT Access Policy o PCC Keep IT Secure and Legal Policy o PCC PAT Policy awaiting approval o PCC Risk & Assurance Management Policy o PCC Smoking at Work Policy o PCC Social Value Policy o PCC Software Policy o PCC Transport Strategy o PCC Whistle Blowing Policy Schedule 3 Parts 11, 17, 18 and 20 have been retired or do not form part of this contract *Schedule 5 - Part 2 - (Contractors Name) Service Information / Quality Assessment Questions is currently being prepared by the Council and will be issued to the shortlisted suppliers with the final versions of the procurement documentation. The draft schedule is not complete but provides for element headings and weightings. Please note that the documents listed above marked \"(draft)\" are being issued at this stage of the procurement in draft form for awareness. Following this stage of the procurement, the documents will be issued in their final form to the suppliers who are being invited to tender. The final documents may vary from and will supersede these draft versions.",
                "status": "active",
                "value": {
                    "amount": 80000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The maximum allowable term is 10 years."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Applications will be assessed in accordance with the criteria stated within the SSQ 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 five ranked suppliers that meet all minimum requirements will be invited to tender. Should less than five suppliers meet all of the minimum requirements, the council reserves the right to proceed with the procurement in line with Regulation 65(7) of the Public Contracts Regulations 2015 . In the event that multiple suppliers are tied at 5th place through the achievement of identical scores then all of the tied suppliers will be invited to tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years. Any period(s) of extension will be at the council's sole discretion. The maximum allowable term is 10 years."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232100",
                        "description": "Ancillary works for water pipelines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261215",
                        "description": "Solar panel roof-covering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262100",
                        "description": "Scaffolding work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262522",
                        "description": "Masonry work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45331100",
                        "description": "Central-heating installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45331110",
                        "description": "Boiler installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45331200",
                        "description": "Ventilation and air-conditioning installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45331230",
                        "description": "Installation work of cooling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45332000",
                        "description": "Plumbing and drain-laying work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45333000",
                        "description": "Gas-fitting installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45350000",
                        "description": "Mechanical installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50510000",
                        "description": "Repair and maintenance services of pumps, valves, taps and metal containers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531100",
                        "description": "Repair and maintenance services of boilers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531200",
                        "description": "Gas appliance maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50720000",
                        "description": "Repair and maintenance services of central heating"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50730000",
                        "description": "Repair and maintenance services of cooler groups"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31"
                    },
                    {
                        "region": "UKJ35"
                    },
                    {
                        "region": "UKJ31"
                    },
                    {
                        "region": "UKJ35"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Council maintains a housing stock of approximately 16,650 dwellings, which is made up of 14,900 social dwellings and 1,750 leaseholders, in the Portsmouth and Havant council areas. The council's broader property portfolio encompasses a broad range of building types, for further information on range of services against building types, suppliers are referred to the draft version of Schedule 3 - Part 2a - Affected Property accessible via the council's e-sourcing solution InTend."
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-06-13T00:00:00+01:00",
            "atypicalToolUrl": "https://intendhost.co.uk/portsmouthcc/aspx/home"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://intendhost.co.uk/portsmouthcc/aspx/home",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "* NICEIC Approved Contractor Scheme * Gas Safe Domestic The lead consortium member / lead contractor and any consortium members / sub-contractors who would be responsible for direct delivery of core scope of work activities and ancillary scope of work commercial gas servicing, testing, maintenance and replacement activities must hold both accreditations at point of SSQ submission. Where a consortium model is proposed which does not include for a lead consortium member then at least one consortium member must hold both accreditations at point of submission. Consortium members or sub-contractors who will only be responsible for delivery of ancillary scope of work activities in relation to water system testing & assessments and servicing, testing, maintenance & replacement of catering & laundry appliances are only required to hold NICEIC Approved Contractor Scheme accreditation at point of submission.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2023-02-20T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2023-03-13T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "in the event that extension options to extend the term of the contract beyond the initial 5 year term are not taken up, the estimated timing for further notices to be published is Autumn/Winter 2027."
        }
    },
    "parties": [
        {
            "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",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home"
            },
            "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-73086",
            "name": "Portsmouth City Council",
            "identifier": {
                "legalName": "Portsmouth City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "PORTSMOUTH",
                "region": "UKJ31",
                "postalCode": "PO1 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement@portsmouthcc.gov.uk",
                "url": "https://intendhost.co.uk/portsmouthcc/aspx/home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/ext/business/business.aspx",
                "buyerProfile": "https://www.portsmouth.gov.uk/ext/business/business.aspx",
                "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-73086",
        "name": "Portsmouth City Council"
    },
    "language": "en"
}