← Back to opportunities

Housing Repairs and Maintenance Services

Winchester City Council

Buyer Contact Info

Buyer Name: Winchester City Council

Buyer Address: Winchester City Council, Colebrook Street, Winchester, UKJ36, SO23 9LJ, United Kingdom

Contact Name: Procurement

Contact Email: procurement@winchester.gov.uk

Status
active
Procedure
open
Value
56700000.0 GBP
Gross: 68040000 GBP
Published
15 Oct 2025, 11:00
Deadline
13 Nov 2025, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50000000 - Repair and maintenance services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/065543-2025

Link Description: Tender notice on Find a Tender

Lots

Lot LOT-0000 Status: active

Lot LOT-0000 Value: GBP 56,700,000

Lot LOT-0000 Value (Gross): GBP 68,040,000

Lot LOT-0000 Contract Start: 2026-08-01T00:00:00Z

Lot LOT-0000 Contract End: 2030-07-31T23:59:59Z

Lot LOT-0000 Award Criterion (quality): Qualitative

Lot LOT-0000 Award Criterion (quality): Social Value

Lot LOT-0000 Award Criterion (price): Price

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PMTC-5839-ZQJV",
    "name": "Winchester City Council"
  },
  "date": "2025-10-15T12:00:26+01:00",
  "id": "065543-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05cd2c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Colebrook Street, Winchester",
        "postalCode": "SO23 9LJ",
        "region": "UKJ36",
        "streetAddress": "Winchester City Council"
      },
      "contactPoint": {
        "email": "procurement@winchester.gov.uk",
        "name": "Procurement"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.winchester.gov.uk"
      },
      "id": "GB-PPON-PMTC-5839-ZQJV",
      "identifier": {
        "id": "PMTC-5839-ZQJV",
        "scheme": "GB-PPON"
      },
      "name": "Winchester City Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "works"
    ],
    "awardPeriod": {
      "endDate": "2026-03-02T23:59:59Z"
    },
    "coveredBy": [
      "GPA"
    ],
    "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\u2019s 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-10-15T12:00:26+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "065543-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/065543-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-11-06T17:00:00+00:00"
    },
    "id": "WCC-Lum/Property Services 001",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Construction work",
            "id": "45000000",
            "scheme": "CPV"
          },
          {
            "description": "Building installation work",
            "id": "45300000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery",
            "id": "50500000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of building installations",
            "id": "50700000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ3"
          }
        ],
        "id": "LOT-0000",
        "relatedLot": "LOT-0000"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Qualitative questions requiring detailed written responses",
              "name": "Qualitative",
              "type": "quality"
            },
            {
              "description": "Social value questions requiring detailed written responses",
              "name": "Social Value",
              "type": "quality"
            },
            {
              "description": "Completion of the provided Pricing Matrix to demonstrate the anticipated spend across the Contract",
              "name": "Price",
              "type": "price"
            }
          ],
          "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"
        },
        "contractPeriod": {
          "endDate": "2030-07-31T23:59:59Z",
          "maxExtentDate": "2033-07-31T23:59:59Z",
          "startDate": "2026-08-01T00:00:00Z"
        },
        "hasRenewal": true,
        "id": "LOT-0000",
        "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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\u2019s requirements. The authority will obtain an independent financial appraisal report from Dun \u0026 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\u2019s financial standing. The DBAI score ratings include the following: D\u0026B Risk Indicator: 1 = Minimum risk 2 = Lower than average 3 = Greater than average 4 = High risk D\u0026B 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 \u0026 Bradstreet financial appraisal report results in a \u2018fail\u2019, the report information will be interrogated further by the Council\u2019s finance team. Further information may be requested from the Applicant to evidence that the tenderer\u2019s financial position will not place public money or services at an unacceptable risk. This will include further evidence of the tenderer\u2019s financial position and could include copies of audited draft accounts and any other evidence required to justify why the Dun \u0026 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\u2019s (Compulsory) Liability Insurance* = \u00a310m b. Public Liability Insurance = \u00a310m c. Professional Indemnity Insurance = \u00a35m Full details are set out in the conditions of participation, Procurement Specific Questionnaire and the Invite to Tender document",
              "type": "economic"
            },
            {
              "description": "Minimum of three years\u2019 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",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 56700000,
          "amountGross": 68040000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "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"
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "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.",
    "status": "active",
    "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98892\u0026B=",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-11-13T12:00:00+00:00"
    },
    "title": "Housing Repairs and Maintenance Services",
    "value": {
      "amount": 56700000,
      "amountGross": 68040000,
      "currency": "GBP"
    }
  }
}