Construction Contract Leads
South East
Category Services
Type Tender
No. of Lots 1
Status Active
Published 17th Mar 2026
| Reference | ocds-h6vhtk-060b87 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £408,000 |
South East
Category Services
Type Tender
No. of Lots 1
Status Active
Published 17th Mar 2026
| Reference | ocds-h6vhtk-060b87 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open 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
