Portsmouth City Council - Term Service Contract for the Fire Safety Compliance Services for Council Managed Assets

Planned

Buyers

Value

£11,000,000

Classifications

  • Electrical wiring and fitting work
  • Fire-alarm system installation work
  • Lightning-protection works
  • Lightning-conductor installation work
  • Electrical engineering installation works
  • Electricity supply installations
  • High voltage installation work
  • Medium-voltage installation work
  • Low-voltage installation work
  • Plasterboard works
  • Fireproofing work
  • Firefighting equipment installation work
  • CO2 fire-extinguishing equipment installation work
  • Fire-extinguishers installation work
  • Sprinkler systems installation work
  • Mechanical engineering installation works
  • Plastering work
  • Joinery and carpentry installation work
  • Floor and wall covering work
  • Painting and glazing work
  • Repair and maintenance services of electrical and mechanical building installations

Tags

  • planning

Published

3 weeks ago

Description

Overview of Procurement Objectives 
Portsmouth City Council (the Council) is seeking to appoint a contractor to deliver Fire Compliance Services across its housing stock, with an estimated annual value of between £500K and £1M. The contract will be let for an initial 5-year term, with the option to extend by up to a further 5 years in intervals to be agreed. 
The scope of services will include statutory fire risk assessments, installation and maintenance of fire detection and prevention systems, inspection and servicing of fire doors and alarms, and ensuring ongoing compliance with all relevant fire safety legislation and guidance.
Based on anticipated inflationary uplifts, regulatory requirements, and potential growth in housing stock, the total individual contract spends over the potential 10-year term (5-year base with options to extend) is expected to range between £6M to £11M. The impacts of Local Government Review have not been considered in this current value and the likely increases in the total value of the opportunity, brought about through the reform, will be addressed when the formal tender notice is issued.
Housing Stock Information 
The Council has a housing stock of approximately 17,500 properties of which approximately 15,500 are socially rented and then there are approximately 2000 leasehold properties.  Within the stock there is a mix of housing types including houses and bungalows; however the majority of the dwellings are within purpose-built blocks of flats constructed in the 1950s and 1960s.
Traditionally the estate has been spread across the two geographical areas of Portsea Island (on-island, PO1 to PO5) and Paulsgrove and Havant (off-island, PO6 to PO9).  
A recent acquisition of approximately 800 properties has however subsequently increased the 'off-island' area to sites in Gosport, Fareham and Winchester.
Changing Context and Objectives
Over the next 5-10 years the Council is expecting to experience a number of challenges with regards to the maintenance of its housing and general fund properties with any incumbent provider to work in partnership with the Council to ease pressures where they can.
Significant changes in legislation such as the Building Safety Act and Fire Safety Act will require greater scrutiny from suppliers to ensure they are working in a compliant way and may require them to adopt new skills such as undertaking works as a result of Building Safety Cases for buildings of 6+ storeys.
There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs, particularly around damp and mould are well managed and resolved and will be monitored by the Social Housing Regulator.
Local Government Review 
As part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbouring authorities to explore potential opportunities for collaboration, shared service delivery, and governance alignment. While this engagement is ongoing, no formal decisions or agreements have been reached at this stage.
Under current LGR proposals, it is likely to require Portsmouth City Council to form a new Authority by merging with other neighbouring Authorities. For Portsmouth, this will result in a new Council being created to provide the same services to everyone in the city, whilst covering a larger area and have a different name. Effectively all the current council services in the area of the new council boundary would be merged to create a new Council.
In light of the ongoing LGR, any future procurement will be designed to ensure maximum flexibility in terms of scope, value, and geographical area. This flexibility is crucial to accommodate the evolving needs and structures of local authorities.
Any tender opportunities and contracts will be structured to allow adjustments in the scope of services and the value of contracts to the Council to respond to changes in demand and budgetary constraints, whilst ensuring that services remain efficient and continue to provide value for money. Additionally, provisions will be included to adapt to changes in geographical boundaries resulting from any reorganisation. This will ensure that services can be extended or retracted to align with new administrative areas.
In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority.
For further details in respect of LGR see the following link - 
https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/
Anticipated Demand & Contracting Strategy
The Fire Compliance contract is a new addition to the previous Repairs & Maintenance (R&M) and Gas Servicing & Repairs contracts, which has been created in response to changing legislative requirements and the need for greater reporting around compliance activities.
The existing compliance activity is split between the Councils current R&M on and off island contractors and the commercial M&E contractor.  The intention is to consolidate these fire activities under a single contract.
The works will be spread across the 1155 block of residential flats, 550 Corporate Assets and 80 non-HRA buildings and will be run under and NEC 4 Option A Priced Activity contract with a base term of 5 year and the option to extend for a further 5 years in agreed increments. The Council are estimating a contract value in the region of £500k-£1m per annum.
Core Scope of Works
The core scope of works will include but not limited to:
•	Fire Alarm Testing and Repair
•	Lightening Conductor Testing and Repair
•	Visual Fire Door Checks
•	Sprinkler Testing and Repair
•	Fire Damper Testing and Repair
•	Fire Extinguishers
•	Fire Stopping
•	Dry and Wet Riser Testing and Repair
•	Smoke Vents
•	Evacuation Alert
•	Out of Hours
Ancillary Scope of Works
The contract may also require the following to covered or taken forward and will include but not limited to:
•	Intruder Alarm Testing and Repair
•	PAT Testing
•	Powered Doors
Partnership Working
In addition to working in close partnership with the council, the supplier will also be required to work in partnership with the council's other existing term service contractor partners.
Social Value
The Council are committed to continuously reviewing and improving the approach to social value delivery, and suppliers can find further information using the following link - 
https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Dynamic Purchasing System for Construction Contractors and Subcontractors and Ancillary Services

**IMPORTANT - This notice is a duplication of TED notice 278841-2019 published 12/06/2019 and TED change notice 522277-2023. This notice is to allow for the award of further competitions via the FTS System. Please note this is not a new notice** (copy link) https://ted.europa.eu/en/notice/-/detail/278841-2019 The Council of the Borough of Kirklees (including Kirklees neighbourhood housing identified as the 'Council' is seeking to establish a Dynamic Purchasing System (DPS) for construction contractors, subcontractors and ancillary services to undertake repair/ maintenance works/services for its portfolio of assets. The Authority have opted to establish a DPS as it is deemed the most appropriate option to meet its requirements and will enable a clear, consistent and compliant route to market. The DPS will be open to new entrants throughout its lifespan to allow coverage for ever changing requirements, including but not limited to new regulations and central government requirements. The procurement documents and subsequent updates are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/ctm/Supplier/PublicPurchase/41778/0/ The DPS is anticipated to commence June 2019 for a period of 60 months, with a provision to extend the DPS for up to five (5) further twelve (12) month periods (the 'DPS Period'). The end date in FTS has been amended in accordance with the transitional arrangements of the Procurement Act 2023. The value of £154,000,000 represents the value as modified under change notice: 522277-2023. Please see further below for more information on the lots.

Open

Dartmoor Multi Academy Trust Fire & Security Servicing & Maintenance

The Contractor will be responsible for delivering the following Fire and Security Servicing to the Trust: a. Fire Alarm Panel b. Intruder Alarm Panel c. Door Access Control d. Emergency Lighting e. Fire Extinguishers & Hoses f. Signalling Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed). With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they: a. Have the technical and relevant experience whilst demonstrating value for money. b. Appoint a competent person to take managerial control. c. Maintain a safe and healthy environment on school premises.. d. Develop a robust scheme for managing, controlling and/or preventing the risk of fire on school premises, ensuring all works are carried out by a competent person. e. Implement a system of checks to ensure the effectiveness of the controls and other activities. f. Ensure all fire systems are maintained in accordance with current guidelines and all maintenance and other such work be undertaken by suitably competent persons. g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school. h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level. i. Establish effective management and operational level communication systems at all levels. j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA). k. Hold records of all relevant activity, retained for a minimum of 5 years. l. Be responsible for all legal, and health and safety requirements. J. Formulate a schedule of visits to each site, to be agreed with the Trust.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline planned