ºÚÁÏÉç

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

South East

Category Services

Type Tender

No. of Lots 1

Status Active

Published 17th Mar 2026

Tender Details
Referenceocds-h6vhtk-060b87
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£408,000
« Previous Page

South East

Category Services

Type Tender

No. of Lots 1

Status Active

Published 17th Mar 2026

Tender Details
Referenceocds-h6vhtk-060b87
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£408,000

Scope

Reference

CDC28258

Description

Chichester District Council (the Authority) own circa 70 properties for short stay/homeless housing which require ongoing reactive maintenance and repair. Under Section 11 of the Landlord and Tenant Act 1985, local authorities are legally required to maintain the structure and exterior of their properties and ensure that installations for water, gas, electricity, sanitation, and space heating are kept in safe and proper working order. The properties that fall under this heading are detailed in the document titled 'Property Schedule'.

The Authority are seeking a suitable supplier for the provision of a maintenance and repair service to perform the service including those listed below:

  • Roofing
  • Carpentry and joinery
  • Replacement external/communal/fire doors
  • Replacement windows
  • Plasterwork, floor/wall/ceiling finishes
  • Painting and decorating
  • Glazing
  • Plumbing
  • Bathroom renewals
  • Domestic central heating installations
  • Electrical works
  • Smoke, heat and carbon monoxide detectors
  • Damp proofing and fungus/beetle treatment
  • Servicing and maintenance of gas‑fired heating installations

This list is not exhaustive and the full scale of the services required is listed in the National Housing Federation (NHF) Service Specification.

Site visits are offered for this project. Please select and confirm one of the two dates and times that are provided below.

Thursday 19th March 2026 - 1.30pm to 4.30pm

Monday 23rd March 2026 - 9:30am to 1pm

Slots will be allocated on a first come first serve basis, please request your slot via InTend correspondence.

Site visits will be scheduled in hourly time slots within the periods listed above. To ensure fairness and consistency, attendance will be limited to a maximum of two representatives per organisation.

Please confirm the names and roles of the staff attending the site visit when submitting your request via the InTend correspondence facility.

Following the completion of all visits, we will compile and circulate all information and queries raised to all parties.

Total value (estimated)

  • £408,000 excluding VAT
  • £489,600 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 June 2026 to 31 May 2029
  • Possible extension to 31 May 2030
  • 4 years

Description of possible extension:

There is 1 contract extension with a maximum duration of 1 year and 0 month, and a value ex VAT of £ 102,000

Main procurement category

Services

CPV classifications

  • 50000000 - Repair and maintenance services

Contract locations

  • UKJ2 - Surrey, East and West Sussex

Submission

Enquiry deadline

3 April 2026, 5:00pm

Tender submission deadline

13 April 2026, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

10 May 2026


Award criteria

Name Description Type
Price criterion 1 (Lot 0)

Please see Annex 2 - Pricing Schedule.

Price
Quality criterion 1 (Lot 0)

PASS/FAIL - Location - ‘An answer of ‘No’ will result in your tender being excluded and your method statement questions not being reviewed.

This question does not have a weighting allocation.

Quality
Quality criterion 2 (Lot 0)

Out of Hours Support - 400 words

Weighting - 4%

Quality
Quality criterion 3 (Lot 0)

Operation Service Quality Monitoring - 800 words

Weighting - 9%

Quality
Quality criterion 4 (Lot 0)

Staffing - 1000 words

Weighting - 9%

Quality
Quality criterion 5 (Lot 0)

Customer Care - 600 words

Weighting - 7%

Quality
Quality criterion 6 (Lot 0)

Risks and Mitigations - 600 words

Weighting - 7%

Quality
Quality criterion 7 (Lot 0)

Social Value and Sustainability - 500 words

Weighting - 4%

Quality

Weighting description

Price weighting is 60% and cost weighting is 40%


Other information

Payment terms

Payment will be completed via Purchase Order, a PO Number will be generated and then invoiced monthly in arrears.

Description of risks to contract performance

Escalating price increases

Price increases will be allowed in line with consumer price indexes to ensure commercial affordability to the supplier as well as to mitigate the risk of excessive price increases to the Authority.

All prices and subsequent uplifts are in accordance with the NHF Schedule of Rates and Terms and Conditions.

Additional risks to contract performance are listed in the Key Performance Indicators (KPIs). These KPIs can be found in the document titled 'Annex 10 - NHF Form of Contract 2023 Volume 1 (e) KPI Framework'

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Chichester District Council

  • Public Procurement Organisation Number: PPQN-9484-RJRD

1 East Pallant,

Chichester

PO19 1TY

United Kingdom

Email: strategic.procurement [at] hants.gov.uk

Website:

Region: UKJ27 - West Sussex (South West)

Organisation type: Public authority - sub-central government