Planning

Portsmouth International Port - Repairs & Maintenance Support Staff and Ancillary Services

PORTSMOUTH CITY COUNCIL

This public procurement record has 3 releases in its history.

Planning

04 Jun 2025 at 07:43

PlanningUpdate

14 May 2025 at 14:05

Planning

29 Apr 2025 at 16:12

Summary of the contracting process

Portsmouth City Council is currently in the planning stage for a procurement process to secure repair and maintenance support staff and ancillary services for Portsmouth International Port. The contract, starting on 1st April 2026, will initially span three years, with the possibility of extending up to an additional seven years. The services include various trades, such as carpentry, plumbing, painting, and horticultural work, across the port's locations at Portsmouth Cruise and Ferry Port and Camber Quay. The procurement method is the Open Procedure under the Procurement Act 2023, with key upcoming dates being the tender notice on 11th August 2025 and award target for December 2025. The contract's value is estimated between £250,000 and £400,000 annually, making it an attractive opportunity for businesses with relevant experience.

This tender offers significant opportunities for business growth, especially for SMEs that can provide a range of repair and maintenance services. There is potential to scale up staffing in response to dynamic port requirements, providing flexibility for suppliers to adjust workforce size. Businesses specialising in trades such as plumbing, carpentry, and painting, as well as those offering ancillary services like gas servicing and water control, are well-suited to compete. The emphasis on quality, with a possible evaluation weight of 60% for service quality, suggests that companies focused on delivering top-notch services with effective management will have a competitive edge in securing a share of this contract.

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

Portsmouth International Port - Repairs & Maintenance Support Staff and Ancillary Services

Notice Description

Portsmouth International Port (the 'Port'), a directorate of Portsmouth City Council (the 'Council'), is seeking to appoint a contractor to deliver the provision of repair & maintenance support staff. This provision currently has a value of approximately PS250,000 - PS400,000 per annum (including materials). It is envisaged that the contract shall commence on the 1st April 2026 for an initial term of a 3-year contract, extendable by a further 7-years in increments to be agreed at the time by both parties. SCOPE The scope of the contract requires the contractor to supply, be responsible and accountable for the support staff provided to cover the repair and maintenance of the Portsmouth International Port's estate. The Port's estate are located in two locations within the area of Portsmouth, which are: 1. Portsmouth Cruise and Ferry Port. 2. Camber Quay (Old Portsmouth). The supplier's support staff are supplementary to the Port's own, directly employed Technical Services Group who carry out repairs and maintenance across the Port's estate. This team and the support staff are managed by the Port's Maintenance and Facilities Manager. To cater for the dynamic work requirements, it is envisaged that the supplier's core support staff who are permanently based at the Port will be required to carry out a range of different jobs, which includes a range of trades (this is not an exhaustive list): * Carpentry * Plumbing * Decorations / Painting * Groundwork * Horticultural At times works outside of the core team will be required such as: * Glazing * Roofing These support staff are recruited and employed by the supplier who are expected to be qualified and have extensive experience within the trade specified. The supplier's support staff are on site at the Port Monday - Friday, between the hours 8:00 - 17:00. Any planned absence by the permanent support staff is covered by the supplier, who ensures the support staff cover are trained to work on site. Equipment to carry out the jobs is supplied, maintained, and stored by the supplier. The supplier carry's out their own training, risk assessments and safe systems of work, method statements for the equipment. The supplier provides an out of hours call out facility, which is provided 24 hours, 7 days a week, 52 weeks of the year. This operates outside the days and hours the support staff are at the Port. When a call out is made, the supplier shall be at the Port to rectify the issue within 2 hours, however this response time is under review. The jobs and frequency vary, the Port does not commit to providing the supplier any guarantee of number of jobs or that the trades will be required. An all-inclusive set hourly rate for each of the trades is provided. Rates for each of the trades are provided for a standard working day, weekend and call out. Any overtime, work required outside of the of the normal working days and hours, the supplier requires the Maintenance and Facilities Manager prior approval. If support staff are not required on site or absent from site, then no charge is made to the Port. The material purchased by the supplier are costed at invoice cost plus an agreed mark up. CONTRACT SCALING The Port is a dynamic environment and may require the supplier to be able to scale up their workforce by up to two thirds of the current core team over the life of the contract, either on a flexible temporary or long-term basis which will impact the value of the contract. ANCILLARY SERVICES The Port has several smaller repair and maintenance contracts in place, which the Port is considering whether to include in the repair and maintenance contract.

Planning Information

OVERVIEW The Port is undertaking a PME exercise to gather insights from the market ahead of a future procurement process to award a contract for delivery of the services summarised within the 'Scope' section of this PME Notice. The procurement process will commence in August 2025 with award targeted for December 2025 to allow for mobilisation and commencement of services on 1st April 2026. This engagement aims to assess the markets interest in the contract, explore commercial models, approaches to delivery, and understand the markets capability and capacity. By engaging with suppliers, the Port seeks to ensure that any potential procurement strategy is well-informed, commercially viable, and aligned with industry best practices. Additionally, this process will help identify potential risks, environmental opportunities, and social value contributions, ensuring the successful and efficient delivery of any potential contract. The Preliminary Market Engagement exercise shall comprise of a Get to Know the Port session, Questionnaire Guidance meeting and submission and subsequent analysis of engagement questionnaires. To assist suppliers with understanding the purpose of the questionnaire and effectively answer the questions the Port will provide an overview of the questionnaire at the Get to Know the Port session and the Questionnaire Guidance meeting on Microsoft Teams. Following the Get to Know the Port event, and subsequent Questionnaire Guidance meeting, the Port will issue the market engagement questionnaire via In-tend. The Getting to Know the Port session will take place at the Portsmouth International Port site on 12th May at 11:30 which will include for a tour of the site, overview of the operational environment. The session will also include for an overview of the market engagement questionnaire and completion guidance. The questionnaire will be published following this session and should be completed and returned by 2nd June 2025 17:00. Taking part in the Getting to Know the Port session is not compulsory and the Port is still very interested in receiving questionnaire responses from suppliers who are unable to attend. PME PRINCIPLES The Port wishes to engage with suppliers who have experience in undertaking general property and estate repair and maintenance activities. In summary, the preliminary market engagement objectives are to: • Share Information: o Current requirements, demand, and cost models, o Possible future requirements for support staff, o Envisaged contracting strategy, including duration and extension options, o Envisaged procurement process, including the procedure and timeline, o Envisaged commercial and management model. • Review and Understand: o Market capacity and capability to deliver the future requirements, o Suppliers current local market presence, o Typical contracting and commercial models within the industry, o Market interest and preference in potential delivery model options, o Ability to manage likely TUPE transfer considerations, including for ongoing considerations that may arise through re-configuration and development of the dedicated team over the course of the contract, o Costing options, pressures, and budget. • Inform the development of the procurement strategy: o The contract delivery strategy, o The scope of the contract, o Support staff model, including requirements, experience, and training, o Options, including labour skill set, qualifications, o Contracting basis, including terms and conditions and length of contract o Commercial model, o Procurement strategy, including programme, conditions of participation, tender award criteria, o Service levels, including key performance indicators, response time for out of hours provision, o Budget. The key areas the Port are seeking feedback from the market through gathering information through the engagement questionnaire include for - • Market Capacity o Company Size and Core Services: understand the market's current capacity in delivering repairs and maintenance arrangements of similar scale and scope. o Supplier Size and Participation: how the Port can encourage effective fair participation from both large contractors and SMEs in the procurement process, whilst understanding if any barriers exist for smaller suppliers. o Out of Hours Provision: understand the market's ability to provide an out of hours call out facility and response times. o Geographic Coverage: where suppliers currently operate in relation to the Port location. • Market Capability o Envisaged Scope: understand and review the scope, understand whether the market can supply the auxiliary services. o Delivery Models: understand what skills could be delivered directly from the supplier, and that would need to be subcontracted, levels of current experience, existing sub-contracting arrangements. o Delivery Options: team configuration, core skills, flexibility vs specialisms, role of supervisor, etc. o Staff Management: review the markets ability to recruit highly qualified and experienced trades, ability to provide a consistent core team. o Service Levels: understand the markets ability to deliver consistently against the proposed key performance indicators, additional performance measures, service level viability. • Market Commercial Perspectives o Pricing Models and Budget: review the market norms on how such services are costed over term of contract, sufficiency of budget. o Contractual and Legal Considerations: review of market norms in respect of the suggested contractual models, term, and other options. o Contract Management: key performance indictors norms in market, whether the market deem the contract KPIs reasonable and achievable. REQUESTS TO PARTICPATE IN PME INSTRUCTIONS Suppliers interested in taking part in the Get to Know the Port session or Questionnaire Guidance meeting on Microsoft Teams are required to complete the following forms which are accessible via In-tend: • the Participation Request form (Appendix J) • Conflicts of Interest Declaration (Appendix B) Suppliers are required to return the forms by no later than 9th May 2025 at 12:00 and submit via In-tend correspondence function. GET TO KNOW THE PORT SESSION The Port shall be holding an in person Get to Know the Port session on the 12th May at 11:30. The draft agenda for this event is as follows:  Welcome and introductions,  Tour of the Port (buildings and estate) - provide the supplier familiarisation of the Port and the operational environment,  Questionnaire Guidance The Get to Know the Port session will take place in the Terminal building, further details can be found Find us - Portsmouth Port (portsmouth-port.co.uk). The address is: Portsmouth International Port, George Byng Way, Portsmouth, PO2 8SP. Parking is available at the multi-story car park, weblink for further details Parking - Portsmouth Port (portsmouth-port.co.uk) Suppliers are limited to having a maximum of two delegates attending the Get to Know the Ports session at the Port and spaces will be allocated on a first come first served basis. Suppliers are required to bring photo ID, their own hi-viz and safety footwear. MARKET ENGAGEMENT QUESTIONNAIRE GUIDANCE A Word version of the questionnaire will be provided after the completion of this meeting through In-tend. Suppliers are encouraged but not obliged to complete the questionnaire. Completing the online questionnaire will help the Port to understand the delivery options of an outsourced provision and subsequently, the structure of the procurement to ensure it can be carried out by the market and optimises the participation of suppliers, including SMEs. The Port are requesting the questionnaire is completed by Monday 2nd June 2025 by 17:00, any responses after this deadline may not be considered in the PME report. Completed questionnaires are to be submit via In-tend through making a return against the In-tend PME stage. PME ANALYSIS & REPORTING The Port reserves the right to contact suppliers following submission of questionnaires in order to gain clarification and understanding of the responses. This may be purely via In-tend correspondence or for more complex matters may require attendance at a brief on-line TEAMS meeting on either Friday 6th June or Monday 9th June. Any suppliers who submit a completed questionnaire will be sent a copy of the draft PME Feedback Report, which will accompany the procurement process documentation. This report shall provide a summary of the overall trends in the response received against the areas of consideration. The Port are aiming to have collated the PME feedback by Thursday 26th June 2025 to issue the draft report via Intend correspondence for suppliers to review. PME CLARIFCIATION PROTOCOLS Any queries, questions or clarifications regarding this preliminary market engagement exercise must be made in writing using the project correspondence facility on the In-tend system. Any questions and answers from either event will be recorded via a separate clarification log and will be published to Intend for all suppliers to access, unless deemed commercially sensitive. The Port will be recording the Microsoft Teams meeting and will subsequently make this available as part of the PME brief via In-tend. For full details of the clarification process suppliers should review Appendix I - Intend Guidance accessible via In-tend. GENERAL Suppliers should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process. Engaging suppliers will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. Completing the survey will help the Port to review the scope of service to allow the optimal means for suppliers, including SMEs, to participate in any subsequent procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050993
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029683-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK1 - Pipeline Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

45261320 - Guttering work

45261900 - Roof repair and maintenance work

45262500 - Masonry and bricklaying work

45262700 - Building alteration work

45332400 - Sanitary fixture installation work

45350000 - Mechanical installations

45410000 - Plastering work

45420000 - Joinery and carpentry installation work

45430000 - Floor and wall covering work

45440000 - Painting and glazing work

45451000 - Decoration work

45453100 - Refurbishment work

50760000 - Repair and maintenance of public conveniences

50850000 - Repair and maintenance services of furniture

77314000 - Grounds maintenance services

77315000 - Seeding services

77330000 - Floral-display services

77340000 - Tree pruning and hedge trimming

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Jun 20258 months ago
Submission Deadline
Not specified
Future Notice Date
11 Aug 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
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

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Further Information

Notice Documents

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-050993-2025-06-04T08:43:16+01:00",
    "date": "2025-06-04T08:43:16+01:00",
    "ocid": "ocds-h6vhtk-050993",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCNL-5714-PRZV",
            "name": "Portsmouth City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNL-5714-PRZV"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "postalCode": "PO1 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "procurement@portsmouthcc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCNL-5714-PRZV",
        "name": "Portsmouth City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "OVERVIEW The Port is undertaking a PME exercise to gather insights from the market ahead of a future procurement process to award a contract for delivery of the services summarised within the 'Scope' section of this PME Notice. The procurement process will commence in August 2025 with award targeted for December 2025 to allow for mobilisation and commencement of services on 1st April 2026. This engagement aims to assess the markets interest in the contract, explore commercial models, approaches to delivery, and understand the markets capability and capacity. By engaging with suppliers, the Port seeks to ensure that any potential procurement strategy is well-informed, commercially viable, and aligned with industry best practices. Additionally, this process will help identify potential risks, environmental opportunities, and social value contributions, ensuring the successful and efficient delivery of any potential contract. The Preliminary Market Engagement exercise shall comprise of a Get to Know the Port session, Questionnaire Guidance meeting and submission and subsequent analysis of engagement questionnaires. To assist suppliers with understanding the purpose of the questionnaire and effectively answer the questions the Port will provide an overview of the questionnaire at the Get to Know the Port session and the Questionnaire Guidance meeting on Microsoft Teams. Following the Get to Know the Port event, and subsequent Questionnaire Guidance meeting, the Port will issue the market engagement questionnaire via In-tend. The Getting to Know the Port session will take place at the Portsmouth International Port site on 12th May at 11:30 which will include for a tour of the site, overview of the operational environment. The session will also include for an overview of the market engagement questionnaire and completion guidance. The questionnaire will be published following this session and should be completed and returned by 2nd June 2025 17:00. Taking part in the Getting to Know the Port session is not compulsory and the Port is still very interested in receiving questionnaire responses from suppliers who are unable to attend. PME PRINCIPLES The Port wishes to engage with suppliers who have experience in undertaking general property and estate repair and maintenance activities. In summary, the preliminary market engagement objectives are to: * Share Information: o Current requirements, demand, and cost models, o Possible future requirements for support staff, o Envisaged contracting strategy, including duration and extension options, o Envisaged procurement process, including the procedure and timeline, o Envisaged commercial and management model. * Review and Understand: o Market capacity and capability to deliver the future requirements, o Suppliers current local market presence, o Typical contracting and commercial models within the industry, o Market interest and preference in potential delivery model options, o Ability to manage likely TUPE transfer considerations, including for ongoing considerations that may arise through re-configuration and development of the dedicated team over the course of the contract, o Costing options, pressures, and budget. * Inform the development of the procurement strategy: o The contract delivery strategy, o The scope of the contract, o Support staff model, including requirements, experience, and training, o Options, including labour skill set, qualifications, o Contracting basis, including terms and conditions and length of contract o Commercial model, o Procurement strategy, including programme, conditions of participation, tender award criteria, o Service levels, including key performance indicators, response time for out of hours provision, o Budget. The key areas the Port are seeking feedback from the market through gathering information through the engagement questionnaire include for - * Market Capacity o Company Size and Core Services: understand the market's current capacity in delivering repairs and maintenance arrangements of similar scale and scope. o Supplier Size and Participation: how the Port can encourage effective fair participation from both large contractors and SMEs in the procurement process, whilst understanding if any barriers exist for smaller suppliers. o Out of Hours Provision: understand the market's ability to provide an out of hours call out facility and response times. o Geographic Coverage: where suppliers currently operate in relation to the Port location. * Market Capability o Envisaged Scope: understand and review the scope, understand whether the market can supply the auxiliary services. o Delivery Models: understand what skills could be delivered directly from the supplier, and that would need to be subcontracted, levels of current experience, existing sub-contracting arrangements. o Delivery Options: team configuration, core skills, flexibility vs specialisms, role of supervisor, etc. o Staff Management: review the markets ability to recruit highly qualified and experienced trades, ability to provide a consistent core team. o Service Levels: understand the markets ability to deliver consistently against the proposed key performance indicators, additional performance measures, service level viability. * Market Commercial Perspectives o Pricing Models and Budget: review the market norms on how such services are costed over term of contract, sufficiency of budget. o Contractual and Legal Considerations: review of market norms in respect of the suggested contractual models, term, and other options. o Contract Management: key performance indictors norms in market, whether the market deem the contract KPIs reasonable and achievable. REQUESTS TO PARTICPATE IN PME INSTRUCTIONS Suppliers interested in taking part in the Get to Know the Port session or Questionnaire Guidance meeting on Microsoft Teams are required to complete the following forms which are accessible via In-tend: * the Participation Request form (Appendix J) * Conflicts of Interest Declaration (Appendix B) Suppliers are required to return the forms by no later than 9th May 2025 at 12:00 and submit via In-tend correspondence function. GET TO KNOW THE PORT SESSION The Port shall be holding an in person Get to Know the Port session on the 12th May at 11:30. The draft agenda for this event is as follows: Welcome and introductions, Tour of the Port (buildings and estate) - provide the supplier familiarisation of the Port and the operational environment, Questionnaire Guidance The Get to Know the Port session will take place in the Terminal building, further details can be found Find us - Portsmouth Port (portsmouth-port.co.uk). The address is: Portsmouth International Port, George Byng Way, Portsmouth, PO2 8SP. Parking is available at the multi-story car park, weblink for further details Parking - Portsmouth Port (portsmouth-port.co.uk) Suppliers are limited to having a maximum of two delegates attending the Get to Know the Ports session at the Port and spaces will be allocated on a first come first served basis. Suppliers are required to bring photo ID, their own hi-viz and safety footwear. MARKET ENGAGEMENT QUESTIONNAIRE GUIDANCE A Word version of the questionnaire will be provided after the completion of this meeting through In-tend. Suppliers are encouraged but not obliged to complete the questionnaire. Completing the online questionnaire will help the Port to understand the delivery options of an outsourced provision and subsequently, the structure of the procurement to ensure it can be carried out by the market and optimises the participation of suppliers, including SMEs. The Port are requesting the questionnaire is completed by Monday 2nd June 2025 by 17:00, any responses after this deadline may not be considered in the PME report. Completed questionnaires are to be submit via In-tend through making a return against the In-tend PME stage. PME ANALYSIS & REPORTING The Port reserves the right to contact suppliers following submission of questionnaires in order to gain clarification and understanding of the responses. This may be purely via In-tend correspondence or for more complex matters may require attendance at a brief on-line TEAMS meeting on either Friday 6th June or Monday 9th June. Any suppliers who submit a completed questionnaire will be sent a copy of the draft PME Feedback Report, which will accompany the procurement process documentation. This report shall provide a summary of the overall trends in the response received against the areas of consideration. The Port are aiming to have collated the PME feedback by Thursday 26th June 2025 to issue the draft report via Intend correspondence for suppliers to review. PME CLARIFCIATION PROTOCOLS Any queries, questions or clarifications regarding this preliminary market engagement exercise must be made in writing using the project correspondence facility on the In-tend system. Any questions and answers from either event will be recorded via a separate clarification log and will be published to Intend for all suppliers to access, unless deemed commercially sensitive. The Port will be recording the Microsoft Teams meeting and will subsequently make this available as part of the PME brief via In-tend. For full details of the clarification process suppliers should review Appendix I - Intend Guidance accessible via In-tend. GENERAL Suppliers should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process. Engaging suppliers will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. Completing the survey will help the Port to review the scope of service to allow the optimal means for suppliers, including SMEs, to participate in any subsequent procurement.",
                "dueDate": "2025-06-06T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "017757-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017757-2025",
                "datePublished": "2025-04-29T17:12:36+01:00",
                "format": "text/html"
            },
            {
                "id": "021360-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021360-2025",
                "datePublished": "2025-05-14T15:05:37+01:00",
                "format": "text/html"
            },
            {
                "id": "029683-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029683-2025",
                "datePublished": "2025-06-04T08:43:16+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P00005097",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Portsmouth International Port - Repairs & Maintenance Support Staff and Ancillary Services",
        "description": "Portsmouth International Port (the 'Port'), a directorate of Portsmouth City Council (the 'Council'), is seeking to appoint a contractor to deliver the provision of repair & maintenance support staff. This provision currently has a value of approximately PS250,000 - PS400,000 per annum (including materials). It is envisaged that the contract shall commence on the 1st April 2026 for an initial term of a 3-year contract, extendable by a further 7-years in increments to be agreed at the time by both parties. SCOPE The scope of the contract requires the contractor to supply, be responsible and accountable for the support staff provided to cover the repair and maintenance of the Portsmouth International Port's estate. The Port's estate are located in two locations within the area of Portsmouth, which are: 1. Portsmouth Cruise and Ferry Port. 2. Camber Quay (Old Portsmouth). The supplier's support staff are supplementary to the Port's own, directly employed Technical Services Group who carry out repairs and maintenance across the Port's estate. This team and the support staff are managed by the Port's Maintenance and Facilities Manager. To cater for the dynamic work requirements, it is envisaged that the supplier's core support staff who are permanently based at the Port will be required to carry out a range of different jobs, which includes a range of trades (this is not an exhaustive list): * Carpentry * Plumbing * Decorations / Painting * Groundwork * Horticultural At times works outside of the core team will be required such as: * Glazing * Roofing These support staff are recruited and employed by the supplier who are expected to be qualified and have extensive experience within the trade specified. The supplier's support staff are on site at the Port Monday - Friday, between the hours 8:00 - 17:00. Any planned absence by the permanent support staff is covered by the supplier, who ensures the support staff cover are trained to work on site. Equipment to carry out the jobs is supplied, maintained, and stored by the supplier. The supplier carry's out their own training, risk assessments and safe systems of work, method statements for the equipment. The supplier provides an out of hours call out facility, which is provided 24 hours, 7 days a week, 52 weeks of the year. This operates outside the days and hours the support staff are at the Port. When a call out is made, the supplier shall be at the Port to rectify the issue within 2 hours, however this response time is under review. The jobs and frequency vary, the Port does not commit to providing the supplier any guarantee of number of jobs or that the trades will be required. An all-inclusive set hourly rate for each of the trades is provided. Rates for each of the trades are provided for a standard working day, weekend and call out. Any overtime, work required outside of the of the normal working days and hours, the supplier requires the Maintenance and Facilities Manager prior approval. If support staff are not required on site or absent from site, then no charge is made to the Port. The material purchased by the supplier are costed at invoice cost plus an agreed mark up. CONTRACT SCALING The Port is a dynamic environment and may require the supplier to be able to scale up their workforce by up to two thirds of the current core team over the life of the contract, either on a flexible temporary or long-term basis which will impact the value of the contract. ANCILLARY SERVICES The Port has several smaller repair and maintenance contracts in place, which the Port is considering whether to include in the repair and maintenance contract.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45261320",
                        "description": "Guttering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261900",
                        "description": "Roof repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262500",
                        "description": "Masonry and bricklaying work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262700",
                        "description": "Building alteration work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45332400",
                        "description": "Sanitary fixture installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45350000",
                        "description": "Mechanical installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45410000",
                        "description": "Plastering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45420000",
                        "description": "Joinery and carpentry installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45430000",
                        "description": "Floor and wall covering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45440000",
                        "description": "Painting and glazing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45451000",
                        "description": "Decoration work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50760000",
                        "description": "Repair and maintenance of public conveniences"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50850000",
                        "description": "Repair and maintenance services of furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77315000",
                        "description": "Seeding services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77330000",
                        "description": "Floral-display services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4800000,
            "amount": 4000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2036-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-11T23:59:59+01:00"
        },
        "status": "planned",
        "amendments": [
            {
                "id": "021360-2025",
                "description": "To provide clarification that suppliers who may have been unable to attend the Getting to Know the Port site visit on Monday 12th May are still encouraged to complete and submit preliminary market engagement questionnaire responses, ideally by Monday. 2nd June 2025 17:00. A further site visit will also be offered for suppliers to attend during the subsequent formal procurement process. A questionnaire with accompanying slides from the event has been published via the Council's e-sourcing solution In-tend. If suppliers are only able to partially complete the questionnaire and / or only provide very high-level summary responses they are still encouraged to submit a response, as all feedback will be considered."
            }
        ]
    },
    "language": "en"
}