Tender

Housing Repairs and Maintenance Services

WINCHESTER CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

15 Oct 2025 at 11:00

Summary of the contracting process

Winchester City Council is actively seeking to engage a qualified supplier to deliver housing repairs and maintenance services, specifically targeting social housing in the Winchester area of the United Kingdom. The tender, which falls under the industry category of repair and maintenance services, construction work, and building installation work, is presently at the 'tender' stage. Interested bidders should note the critical deadlines, including the submission of inquiries by 6th November 2025 and tender submissions by 13th November 2025. The anticipated contract commencement is scheduled for 1st August 2026, spanning four years with a possible extension of three additional years.

The open procurement method employed by Winchester City Council allows businesses with experience in housing repairs and maintenance to compete for a contract valued at £56.7 million. Opportunities for business growth are substantial, particularly for companies well-versed in social housing repairs and possessing the capacity to manage a property volume of at least 3,000 units. This tender process involves a competitive flexible procedure, where bidders are evaluated based on their skills and experience in the first stage, followed by an invitation to tender for detailed proposals and pricing in the second stage. Firms with innovative service delivery models and the ability to align with the latest housing regulation laws, such as Awaab's Law, will find this tender particularly advantageous.

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

Housing Repairs and Maintenance Services

Notice Description

Winchester City Council is seeking to appoint a suitably qualified and experienced supplier for the provision of repairs and void property maintenance services across its housing stock. This will include day to day repairs as well as larger type repairs including disrepair and damp and mould work types. There may also be the requirement to undertake planned kitchen and bathroom replacements. The successful supplier will work in close collaboration with the Council to develop and implement preventative maintenance regimes and innovative service delivery models, in alignment with Awaab's Law and the Social Housing (Regulation) Act 2023. The Contract is anticipated to commence on 1st August 2026 for a period of four years, with the option to extend for a further three years. Please note that Pre Market Engagement was undertaken last year and a PIN notice issued - https://www.find-tender.service.gov.uk/Notice/019632-2024 Further details are provided in the tender documents pack.

Lot Information

Lot LOT-0000

Renewal: The initial contract shall be for a period of four years, with the option to extend for a further three years at the discretion of the Council

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05cd2c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/065543-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45000000 - Construction work

45300000 - Building installation work

50000000 - Repair and maintenance services

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

50700000 - Repair and maintenance services of building installations

Notice Value(s)

Tender Value
£56,700,000 £10M-£100M
Lots Value
£56,700,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Oct 20254 months ago
Submission Deadline
13 Nov 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Aug 2026 - 31 Jul 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WINCHESTER CITY COUNCIL
Contact Name
Procurement
Contact Email
procurement@winchester.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
COLEBROOK STREET, WINCHESTER
Postcode
SO23 9LJ
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
TLJ3 Hampshire and Isle of Wight

Local Authority
Winchester
Electoral Ward
St Michael
Westminster Constituency
Winchester

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-05cd2c-2025-10-15T12:00:26+01:00",
    "date": "2025-10-15T12:00:26+01:00",
    "ocid": "ocds-h6vhtk-05cd2c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMTC-5839-ZQJV",
            "name": "Winchester City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMTC-5839-ZQJV"
            },
            "address": {
                "streetAddress": "Winchester City Council",
                "locality": "Colebrook Street, Winchester",
                "postalCode": "SO23 9LJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "name": "Procurement",
                "email": "procurement@winchester.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.winchester.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMTC-5839-ZQJV",
        "name": "Winchester City Council"
    },
    "tender": {
        "id": "WCC-Lum/Property Services 001",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Housing Repairs and Maintenance Services",
        "description": "Winchester City Council is seeking to appoint a suitably qualified and experienced supplier for the provision of repairs and void property maintenance services across its housing stock. This will include day to day repairs as well as larger type repairs including disrepair and damp and mould work types. There may also be the requirement to undertake planned kitchen and bathroom replacements. The successful supplier will work in close collaboration with the Council to develop and implement preventative maintenance regimes and innovative service delivery models, in alignment with Awaab's Law and the Social Housing (Regulation) Act 2023. The Contract is anticipated to commence on 1st August 2026 for a period of four years, with the option to extend for a further three years. Please note that Pre Market Engagement was undertaken last year and a PIN notice issued - https://www.find-tender.service.gov.uk/Notice/019632-2024 Further details are provided in the tender documents pack.",
        "status": "active",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 68040000,
            "amount": 56700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The tender process will be carried out in two parts. The first part shall be to determine the Bidders have suitable skills and experience to carry out the required services. Bidders will be evaluated against the Procurement Specific Questionnaire (PSQ) and a small number of qualitative responses to determine the organisations with the most appropriate skills and relative experience. The top five scoring Bidders will be invited to participate in the Invite to Tender (ITT) stage, where Bidders will be assessed based on their proposals for delivery of the services to the Council (60%, including 10% social value), and their price for delivery of the services (40%). The Bidders with the most advantageous tender overall, i.e. the highest combined score of qualitative responses and price will be awarded the Contract"
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98892&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-13T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-06T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-02T23:59:59Z"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "active",
                "value": {
                    "amountGross": 68040000,
                    "amount": 56700000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Qualitative responses representing 50% of the overall evaluation score Social value offer representing 10% of the overall evaluation score Price submission representing 40% of the overall evaluation score",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "Qualitative questions requiring detailed written responses"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Social value questions requiring detailed written responses"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Completion of the provided Pricing Matrix to demonstrate the anticipated spend across the Contract"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Legal: Confirmation that the Bidder has in place, or will have in place by the award of the contract, the human and technical resources to perform the contract to ensure compliance with the UK General Data Protection Regulation and to ensure the protection of the rights of data subjects. Financial: A single legal entity (the \"Applicant\") will be subject to all elements of the test of Economic and Financial Standing. This may be the Potential supplier (or any of its Members in the case of a consortium), a parent company or a third-party guarantor on whose resources it is relying on to fulfil the Authority's requirements. The authority will obtain an independent financial appraisal report from Dun & Bradstreet Ltd (DBAI) http://www.dnb.co.uk. The report provides the authority with an overall Risk Rating Score which will be used to assess the applicant's financial standing. The DBAI score ratings include the following: D&B Risk Indicator: 1 = Minimum risk 2 = Lower than average 3 = Greater than average 4 = High risk D&B Failure Score: 1 to 100 where 1 is the worst and 100 the best (a Tenderer may be excluded on the grounds of providing insufficient or false information) This procurement has been deemed as high risk and therefore Bidders must achieve a failure score of 51 or more If the Dun & Bradstreet financial appraisal report results in a 'fail', the report information will be interrogated further by the Council's finance team. Further information may be requested from the Applicant to evidence that the tenderer's financial position will not place public money or services at an unacceptable risk. This will include further evidence of the tenderer's financial position and could include copies of audited draft accounts and any other evidence required to justify why the Dun & Bradstreet high risk of failure score does not put the Council at undue financial risk. Minimum turnover of 1.5 x the annual contract value Insurance Commitment to obtain, prior to the award of the contract, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS10m b. Public Liability Insurance = PS10m c. Professional Indemnity Insurance = PS5m Full details are set out in the conditions of participation, Procurement Specific Questionnaire and the Invite to Tender document"
                        },
                        {
                            "type": "technical",
                            "description": "Minimum of three years' experience delivering repairs and voids works for a social housing provider to a minimum property volume of 3,000. Full details are set out in the conditions of participation, Procurement Specific Questionnaire and the Invite to Tender document"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00Z",
                    "endDate": "2030-07-31T23:59:59Z",
                    "maxExtentDate": "2033-07-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract shall be for a period of four years, with the option to extend for a further three years at the discretion of the Council"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "065543-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/065543-2025",
                "datePublished": "2025-10-15T12:00:26+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "A proposed reorganisation of local government in Hampshire is currently being progressed and is expected to be implemented in spring 2028. Subject to its outcome, the likely result is that responsibilities for services will be reallocated to successor public bodies. In such circumstances existing contracts, such as this one, will (in whole or in part) be transferred (most likely by operation of law) to the relevant successor body Risk also exists around changes in legislation in relation to maintenance of social housing stock, or policy changes in relation to rent setting."
    },
    "language": "en"
}