Planning

Repairs and Maintenance Term Service Contract - Preliminary Market Engagement

RUSHMOOR BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

PlanningUpdate

18 Feb 2026 at 14:23

Planning

17 Feb 2026 at 17:16

Summary of the contracting process

Rushmoor Borough Council is in the planning stage of procuring a Repairs and Maintenance Term Service Contract, anticipated to commence on 1st September 2026 in Farnborough, United Kingdom. This opportunity, under the category of building alteration and maintenance services, involves a thorough Preliminary Market Engagement (PME) process that commenced with the publication of the notice on 17th February 2026. Interested parties are invited to submit feedback by 13th March 2026, as this will inform the Council's procurement strategy. Key engagements are scheduled between 23rd and 27th March 2026, while the tender process, following the Open Procedure, will officially begin with a notice on 6th April 2026 and aims for a contract award by 1st July 2026. The Council seeks feedback to optimally design its approach to service delivery, performance management, and contractual terms.

This tender presents significant growth opportunities for businesses specialising in multifaceted building maintenance and responsive repair services, particularly those well-versed in carpentry, plumbing, decorating, and locksmith services. Firms that also offer groundworks, drainage, and electrical or mechanical works could find this contract financially attractive due to the potential inclusion of non-core work types and capital expenditure projects ranging from £10,000 to £100,000. SMEs are encouraged to participate, enabling them to leverage the contract's scope across diverse building types, including theatres, council offices, and sports facilities. With a gross contract value of £4,200,000 and an emphasis on quality, there is ample opportunity for competitive tendering and portfolio expansion in the region of UKJ37.

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

Repairs and Maintenance Term Service Contract - Preliminary Market Engagement

Notice Description

Rushmoor Borough Council (the 'Council') will be issuing a tender for a repairs and maintenance term service contract in April 2026. Prior to commencing the formal procurement process the Council is seeking to engage with the market to gain insight on interest and capacity plus market input in respect of technical scope, contractual arrangements, service levels, commercial model, procurement strategy, etc. The proposed term service contract will cover the entirety of the Council's jurisdictional geographical area, which covers Aldershot, Farnborough and some surrounding areas. The commercial assets which the contract will service include for a theatre, council offices, pavilions, public conveniences, sports facilities plus a number of other building types. The contract will primarily cover the delivery of responsive repair services, ensuring timely and effective resolution of maintenance issues as they arise, typically up to PS10,000 maximum repair value. Spend on response repair services varies per year but on average is approx. PS200k (excluding VAT - all further figures also excluding VAT) per annum. The Council will also investigate inclusion of other non-core work types within the term service contract covering areas such as groundworks & landscaping, drainage, electrical and mechanical works. If included for this could increase the value of the contract by a further PS100k per annum. In addition to this core provision, the contract will include the option to commission capital expenditure (CapEx) project works valued between PS10,000 and PS100,000, noting that most projects will be between PS10,000 - PS30,000. Capital projects above PS10,000 are not guaranteed within the contract but will generally be procured through it where appropriate. Where the Council opts to invite competitive bids for delivery of PS10k - PS100k project works the term service contactor, subject to capacity & performance, will generally be invited to bid. Generally, the Council will opt towards competitive bidding rather than using the term service contract for higher value above PS30,0000 contracts although a range of considerations will be taken into account including for urgency, future maintenance efficiencies, etc. The level of demand for capital projects can vary significantly, and no commitment can be made regarding the volume or frequency of such works. Spend on capital projects that could be covered within the scope of the future contract varies from between PS350k - PS700k per annum. However, noting that a significant proportion of any future spend will be subject to competitive bidding processes, the value of capital projects let via the term service contract is unlikely to exceed over 50% of the overall in scope capital project budget for any one year. The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element. SCOPE The Council will requires the services of a high-quality contractor who specialises in the delivery of repairs and maintenance across the Council's built environment, to include core scope multi-trade requirements such as carpentry/plumbing/decorating/plastering/boarding and locksmithing. In addition to the core-scope activities, the Council would also ideally like to include for non-core activities such as groundworks, path/pavement and minor road repairs, drainage, jetting and inspection, chamber repairs and electrical works so a contractor who can effectively direct delivery or manage such works via sub-contracting could be beneficial. FURTHER INFORMATION In addition to the information contained within this Notice, the Council has also made available a detailed Preliminary Market Engagement Brief and additional information in respect of the sites, scope, demand and draft specifications via the Council's e-sourcing system, ProContract. CONTRACT DURATION & TERMS The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element ENVISAGED PROCUREMENT PROCESS & PROGRAMME The Council is considering running a competitive tending procedure in accordance with the 'Open Procedure' as defined within the Procurement Act 2023. The Council envisages undertaking the future procurement process in line with the following draft summary procurement programme, however it should be noted that the dates below are purely indicative and may be subject to future change. Tender Notice Issued - 6th April 2026 Tender Pack Issued on ProContract - 6th April 2026 Mandatory Site Visits - 16th - 22nd April 2026 Deadline for Requests for Clarification - 29th April 2026 @23:59 Tender return deadline - 15th May 2026 @17:00 Award Decision & Assessment Summaries Issued - 15th June 2026 Contract Award Notice Issued - 15th June 2026 Standstill Period Starts - 16th June 2026 Standstill Period Ends - 25th June 2026 @23:59 Contract Award - 26th June 2026 Mobilisation - 1st July - 31st August 2026 Contract Commencement - 1st September 2026 PROCUREMENT ADMINISTRATION The Council will administrate the procurement process using the Council's e-sourcing system, ProContract, which will be used for: * Access to and issue of procurement information and documentation * Pre-tender submission clarification requests and response * Tender submission * Tender opening & access to responses * Post-tender submission clarification requests and response * Award decision notification and feedback The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/ ENVISAGED EVALUATION WEIGHTINGS The Council is considering an evaluation percentage split focused on quality of service, which may include for a 60/40 ratio in favour of quality.

Planning Information

In undertaking this preliminary market engagement process the Council is seeking to gain feedback against several key considerations which will inform its subsequent adopted strategy. These considerations include for: Scope of core and non-core services / works Level and type of additional project works Delivery model and current operations Mobilisation and readiness Contract structure and duration Resource model and capacity Performance management Pricing and cost model Financial and contract controls Compliance, H&S and risk Procurement process and timelines Social value To obtain and consider feedback on a structured basis, the Council has developed a brief Request for Information (RFI) questionnaire for interested operators to complete and return via the Council's ProContract e-sourcing system. Responses should be provided by Friday 13th March - 12:00 as the Council will be scheduling its consideration of responses shortly afterwards. Site visits will not be offered during the PME stage; however, participation within scheduled site visits of the Council's property assets will be a mandatory requirement of the future the tender process. Following review of responses, the council may seek to engage with respondents to better understand suggested approaches. This will likely be via issue of correspondence via ProContract but may also be via invitation to attend a brief on-line TEAMS meeting. Engagement activities are targeted to take place between Monday 23rd March and Friday 27th March. Respondents will be asked to confirm their availability and suggested dates & times for participating in a TEAMS call within their RFI responses. The summary programme that the Council will run the PME process to is set out below: Publish PME Notice / issue on ProContract - Tuesday 17th February 2026 PME questionnaire return deadline - Friday 13th March 2026 Engagement Activities - Monday 23rd - Friday 27th March 2026 The Council will administrate the preliminary market engagement process using its e-sourcing system ProContract. The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065689
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014818-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
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

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

98 - Other community, social and personal services


CPV Codes

45262700 - Building alteration work

45310000 - Electrical installation work

45324000 - Plasterboard works

45330000 - Plumbing and sanitary works

45341000 - Erection of railings

45342000 - Erection of fencing

45343100 - Fireproofing work

45343200 - Firefighting equipment installation work

45343230 - Sprinkler systems installation work

45400000 - Building completion work

50700000 - Repair and maintenance services of building installations

50800000 - Miscellaneous repair and maintenance services

51100000 - Installation services of electrical and mechanical equipment

71251000 - Architectural and building-surveying services

71321000 - Engineering design services for mechanical and electrical installations for buildings

98395000 - Locksmith services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20264 days ago
Submission Deadline
Not specified
Future Notice Date
13 Mar 20263 weeks to go
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RUSHMOOR BOROUGH COUNCIL
Contact Name
Not specified
Contact Email
procurement5@rushmoor.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
FARNBOROUGH
Postcode
GU14 7JU
Post Town
Guildford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ37 North Hampshire
Delivery Location
TLJ37 North Hampshire

Local Authority
Rushmoor
Electoral Ward
Empress
Westminster Constituency
Aldershot

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-065689-2026-02-18T14:23:17Z",
    "date": "2026-02-18T14:23:17Z",
    "ocid": "ocds-h6vhtk-065689",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYHV-5798-RWLT",
            "name": "Rushmoor Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYHV-5798-RWLT"
            },
            "address": {
                "streetAddress": "Farnborough Road",
                "locality": "Farnborough",
                "postalCode": "GU14 7JU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "procurement5@rushmoor.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYHV-5798-RWLT",
        "name": "Rushmoor Borough Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "In undertaking this preliminary market engagement process the Council is seeking to gain feedback against several key considerations which will inform its subsequent adopted strategy. These considerations include for: Scope of core and non-core services / works Level and type of additional project works Delivery model and current operations Mobilisation and readiness Contract structure and duration Resource model and capacity Performance management Pricing and cost model Financial and contract controls Compliance, H&S and risk Procurement process and timelines Social value To obtain and consider feedback on a structured basis, the Council has developed a brief Request for Information (RFI) questionnaire for interested operators to complete and return via the Council's ProContract e-sourcing system. Responses should be provided by Friday 13th March - 12:00 as the Council will be scheduling its consideration of responses shortly afterwards. Site visits will not be offered during the PME stage; however, participation within scheduled site visits of the Council's property assets will be a mandatory requirement of the future the tender process. Following review of responses, the council may seek to engage with respondents to better understand suggested approaches. This will likely be via issue of correspondence via ProContract but may also be via invitation to attend a brief on-line TEAMS meeting. Engagement activities are targeted to take place between Monday 23rd March and Friday 27th March. Respondents will be asked to confirm their availability and suggested dates & times for participating in a TEAMS call within their RFI responses. The summary programme that the Council will run the PME process to is set out below: Publish PME Notice / issue on ProContract - Tuesday 17th February 2026 PME questionnaire return deadline - Friday 13th March 2026 Engagement Activities - Monday 23rd - Friday 27th March 2026 The Council will administrate the preliminary market engagement process using its e-sourcing system ProContract. The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/",
                "dueDate": "2026-03-13T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "014525-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014525-2026",
                "datePublished": "2026-02-17T17:16:54Z",
                "format": "text/html"
            },
            {
                "id": "014818-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014818-2026",
                "datePublished": "2026-02-18T14:23:17Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN807159",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Repairs and Maintenance Term Service Contract - Preliminary Market Engagement",
        "description": "Rushmoor Borough Council (the 'Council') will be issuing a tender for a repairs and maintenance term service contract in April 2026. Prior to commencing the formal procurement process the Council is seeking to engage with the market to gain insight on interest and capacity plus market input in respect of technical scope, contractual arrangements, service levels, commercial model, procurement strategy, etc. The proposed term service contract will cover the entirety of the Council's jurisdictional geographical area, which covers Aldershot, Farnborough and some surrounding areas. The commercial assets which the contract will service include for a theatre, council offices, pavilions, public conveniences, sports facilities plus a number of other building types. The contract will primarily cover the delivery of responsive repair services, ensuring timely and effective resolution of maintenance issues as they arise, typically up to PS10,000 maximum repair value. Spend on response repair services varies per year but on average is approx. PS200k (excluding VAT - all further figures also excluding VAT) per annum. The Council will also investigate inclusion of other non-core work types within the term service contract covering areas such as groundworks & landscaping, drainage, electrical and mechanical works. If included for this could increase the value of the contract by a further PS100k per annum. In addition to this core provision, the contract will include the option to commission capital expenditure (CapEx) project works valued between PS10,000 and PS100,000, noting that most projects will be between PS10,000 - PS30,000. Capital projects above PS10,000 are not guaranteed within the contract but will generally be procured through it where appropriate. Where the Council opts to invite competitive bids for delivery of PS10k - PS100k project works the term service contactor, subject to capacity & performance, will generally be invited to bid. Generally, the Council will opt towards competitive bidding rather than using the term service contract for higher value above PS30,0000 contracts although a range of considerations will be taken into account including for urgency, future maintenance efficiencies, etc. The level of demand for capital projects can vary significantly, and no commitment can be made regarding the volume or frequency of such works. Spend on capital projects that could be covered within the scope of the future contract varies from between PS350k - PS700k per annum. However, noting that a significant proportion of any future spend will be subject to competitive bidding processes, the value of capital projects let via the term service contract is unlikely to exceed over 50% of the overall in scope capital project budget for any one year. The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element. SCOPE The Council will requires the services of a high-quality contractor who specialises in the delivery of repairs and maintenance across the Council's built environment, to include core scope multi-trade requirements such as carpentry/plumbing/decorating/plastering/boarding and locksmithing. In addition to the core-scope activities, the Council would also ideally like to include for non-core activities such as groundworks, path/pavement and minor road repairs, drainage, jetting and inspection, chamber repairs and electrical works so a contractor who can effectively direct delivery or manage such works via sub-contracting could be beneficial. FURTHER INFORMATION In addition to the information contained within this Notice, the Council has also made available a detailed Preliminary Market Engagement Brief and additional information in respect of the sites, scope, demand and draft specifications via the Council's e-sourcing system, ProContract. CONTRACT DURATION & TERMS The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element ENVISAGED PROCUREMENT PROCESS & PROGRAMME The Council is considering running a competitive tending procedure in accordance with the 'Open Procedure' as defined within the Procurement Act 2023. The Council envisages undertaking the future procurement process in line with the following draft summary procurement programme, however it should be noted that the dates below are purely indicative and may be subject to future change. Tender Notice Issued - 6th April 2026 Tender Pack Issued on ProContract - 6th April 2026 Mandatory Site Visits - 16th - 22nd April 2026 Deadline for Requests for Clarification - 29th April 2026 @23:59 Tender return deadline - 15th May 2026 @17:00 Award Decision & Assessment Summaries Issued - 15th June 2026 Contract Award Notice Issued - 15th June 2026 Standstill Period Starts - 16th June 2026 Standstill Period Ends - 25th June 2026 @23:59 Contract Award - 26th June 2026 Mobilisation - 1st July - 31st August 2026 Contract Commencement - 1st September 2026 PROCUREMENT ADMINISTRATION The Council will administrate the procurement process using the Council's e-sourcing system, ProContract, which will be used for: * Access to and issue of procurement information and documentation * Pre-tender submission clarification requests and response * Tender submission * Tender opening & access to responses * Post-tender submission clarification requests and response * Award decision notification and feedback The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/ ENVISAGED EVALUATION WEIGHTINGS The Council is considering an evaluation percentage split focused on quality of service, which may include for a 60/40 ratio in favour of quality.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262700",
                        "description": "Building alteration work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45324000",
                        "description": "Plasterboard works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45330000",
                        "description": "Plumbing and sanitary works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45341000",
                        "description": "Erection of railings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45342000",
                        "description": "Erection of fencing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343230",
                        "description": "Sprinkler systems installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50800000",
                        "description": "Miscellaneous repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98395000",
                        "description": "Locksmith services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ37",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ37",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4200000,
            "amount": 3500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "status": "planning",
        "amendments": [
            {
                "id": "014818-2026",
                "description": "Additional CPV codes added: 45324000: Plasterboard works 45341000: Erection of railings 45342000: Erection of fencing 45343100: Fireproofing work 45343200: Firefighting equipment installation work 45343230: Sprinkler systems installation work 51100000: Installation services of electrical and mechanical equipment 71251000: Architectural and building-surveying services 71321000: Engineering design services for mechanical and electrical installations for buildings"
            }
        ]
    },
    "language": "en"
}