← Back to opportunities

The Omega Centre Special Education Needs School Refurbishment & Extension

Portsmouth City Council

Buyer Contact Info

Buyer Name: Portsmouth City Council

Buyer Address: Civic Offices, Guildhall Square, Portsmouth, UKJ31, PO1 2AL, United Kingdom

Contact Email: procurement@portsmouthcc.gov.uk

Contact Telephone: +44 2392688235

Status
active
Procedure
selective
Value
7500000.0 GBP
Gross: 9000000 GBP
Published
13 Mar 2026, 13:34
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
works
CPV
44111000 - Building materials
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Portsmouth City Council ('the council') is inviting requests to participate from suitably qualified suppliers to deliver the refurbishment & extension of the Omega Arts Centre to form a new school for young people with special education needs & disabilities (SEND). Site address is: The Omega Arts Centre, 2 Omega Street, Portsmouth PO5 4LP The estimate contract value is £7.5m and we expect work to commence on site in October 2026 and to complete in March 2028. The schedule is: Task Date Publish above threshold FTS contract notice 13.03.2026 1st Stage - CoP published on Intend 13.03.2026 Deadline for requests for clarification 02.04.26 @ 23:59 Stage 1 CoP submission deadline 17.04.26 @ 12:00 Notification of CoP evaluation results 08.05.2026 Stage 2 ITT documents published on Intend 15.06.2026 Site Visits w/c 29.06.2026 Deadline for requests for clarification 24.07.2026 Stage 2 - Tender return deadline 31.07.2026 Issue assessment summaries / Award notice 07.09.2026 Standstill period (8 days mandatory) 07.09.2026 - 16.09.2026 Contract award confirmation letter 18.09.2026 Mobilisation 02.10.2026 - 29.10.2026 Start on site 30.10.2026 Complete on site 17.03.2028 The Council are looking to appoint a Principal Contractor, with the ability to undertake the works directly The contract is for construction and a design portion. A Planning application has been submitted. The Council has decided to use a two-stage process to procure the stated requirements; specifically: • a discrete Conditions of Participation stage to establish a shortlist of up to 4 suppliers • shortlisted suppliers will subsequently be invited to tender for the works. The successful supplier will be appointed using a JCT Intermediate Building Contract 2024 with Contractors Design Portion. The Council is targeting to have awarded this contract by September 2026. SCOPE The contractor will take on responsibility for several elements of the design, including but not limited to the elements of the structural, mechanical and electrical services The works include new build construction, extensions to the existing building, adaptations to the existing building, maintenance works to the existing building, landscape work on the site. The full design and list of Contractors Design Portions will be issued as part of the tender documents. The successful contractor will take on the responsibility for preparing the designs for the Contractor Design Portions, demolishing an existing building and delivering the construction of the 4 new buildings/extensions to from a SEND school, they will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulations & the Building Safety Act for the works activities.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/022996-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 7,500,000

Lot 1 Value (Gross): GBP 9,000,000

Lot 1 Contract Start: 2026-09-18T00:00:00+01:00

Lot 1 Contract End: 2028-03-17T23:59:59Z

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (30%)

Lot 1 Award Criterion (price): Price (70%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PCNL-5714-PRZV",
    "name": "Portsmouth City Council"
  },
  "date": "2026-03-13T13:34:30Z",
  "id": "022996-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05fb86",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Portsmouth",
        "postalCode": "PO1 2AL",
        "region": "UKJ31",
        "streetAddress": "Civic Offices, Guildhall Square"
      },
      "contactPoint": {
        "email": "procurement@portsmouthcc.gov.uk",
        "telephone": "+44 2392688235"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.portsmouth.gov.uk"
      },
      "id": "GB-PPON-PCNL-5714-PRZV",
      "identifier": {
        "id": "PCNL-5714-PRZV",
        "scheme": "GB-PPON"
      },
      "name": "Portsmouth City Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-09-07T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Portsmouth City Council (\u0027the council\u0027) is inviting requests to participate from suitably qualified suppliers to deliver the refurbishment \u0026 extension of the Omega Arts Centre to form a new school for young people with special education needs \u0026 disabilities (SEND).\nSite address is: The Omega Arts Centre, 2 Omega Street, Portsmouth PO5 4LP\nThe estimate contract value is \u00a37.5m and we expect work to commence on site in October 2026 and to complete in March 2028.\nThe schedule is:\nTask\t                                                                                    Date\nPublish above threshold FTS contract notice     13.03.2026\n1st Stage - CoP published on Intend\t                    13.03.2026\nDeadline for requests for clarification\t                    02.04.26 @ 23:59\nStage 1 CoP submission deadline\t                            17.04.26 @ 12:00\nNotification of CoP evaluation results\t            08.05.2026\nStage 2 ITT documents published on Intend\t    15.06.2026\nSite Visits\t                                                                            w/c 29.06.2026\nDeadline for requests for clarification\t                    24.07.2026\nStage 2 - Tender return deadline\t                            31.07.2026\nIssue assessment summaries \t/ Award notice     07.09.2026\nStandstill period (8 days mandatory)\t                    07.09.2026 - 16.09.2026\nContract award confirmation letter\t                    18.09.2026\nMobilisation\t                                                                    02.10.2026 - 29.10.2026\nStart on site\t                                                                    30.10.2026\nComplete on site\t                                                            17.03.2028\nThe Council are looking to appoint a Principal Contractor, with the ability to undertake the works directly The contract is for construction and a design portion. A Planning application has been submitted.\nThe Council has decided to use a two-stage process to procure the stated requirements; specifically:\n\u2022\ta discrete Conditions of Participation stage to establish a shortlist of up to 4 suppliers \n\u2022\tshortlisted suppliers will subsequently be invited to tender for the works. \nThe successful supplier will be appointed using a JCT Intermediate Building Contract 2024 with Contractors Design Portion. \nThe Council is targeting to have awarded this contract by September 2026. \nSCOPE\nThe contractor will take on responsibility for several elements of the design, including but not limited to the elements of the structural, mechanical and electrical services\nThe works include new build construction, extensions to the existing building, adaptations to the existing building, maintenance works to the existing building, landscape work on the site.\nThe full design and list of Contractors Design Portions will be issued as part of the tender documents. \nThe successful contractor will take on the responsibility for preparing the designs for the Contractor Design Portions, demolishing an existing building and delivering the construction of the 4 new buildings/extensions to from a SEND school, they will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulations \u0026 the Building Safety Act for the works activities.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "The Council will administrate this procurement process using it\u0027s e-sourcing solution In-tend which is accessible free of charge via:\nhttps://in-tendhost.co.uk/portsmouthcc/aspx/Home\nSuppliers who are not already registered on the In-tend system will need to register their details in order to access the procurement documentation, raise clarification requests and return tender submissions.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2026-03-13T13:34:30Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "022996-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/022996-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-04-02T23:59:00+01:00"
    },
    "expressionOfInterestDeadline": "2026-04-17T12:00:00+01:00",
    "id": "ocds-h6vhtk-05fb86",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Building materials",
            "id": "44111000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous building structures",
            "id": "44112000",
            "scheme": "CPV"
          },
          {
            "description": "Building fittings",
            "id": "44115000",
            "scheme": "CPV"
          },
          {
            "description": "Site preparation work",
            "id": "45100000",
            "scheme": "CPV"
          },
          {
            "description": "Construction work for school buildings",
            "id": "45214200",
            "scheme": "CPV"
          },
          {
            "description": "Secondary school construction work",
            "id": "45214220",
            "scheme": "CPV"
          },
          {
            "description": "Special school construction work",
            "id": "45214230",
            "scheme": "CPV"
          },
          {
            "description": "Construction work for college buildings",
            "id": "45214300",
            "scheme": "CPV"
          },
          {
            "description": "Vocational college construction work",
            "id": "45214310",
            "scheme": "CPV"
          },
          {
            "description": "Roof works and other special trade construction works",
            "id": "45260000",
            "scheme": "CPV"
          },
          {
            "description": "Building installation work",
            "id": "45300000",
            "scheme": "CPV"
          },
          {
            "description": "Building completion work",
            "id": "45400000",
            "scheme": "CPV"
          },
          {
            "description": "Hire of construction and civil engineering machinery and equipment with operator",
            "id": "45500000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of building installations",
            "id": "50700000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural and related services",
            "id": "71200000",
            "scheme": "CPV"
          },
          {
            "description": "Engineering services",
            "id": "71300000",
            "scheme": "CPV"
          },
          {
            "description": "Landscape architectural services",
            "id": "71420000",
            "scheme": "CPV"
          },
          {
            "description": "Construction-related services",
            "id": "71500000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ31"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "These criteria will be refined later, see the \u0027Competitive flexible procedure description\u0027 on the \u0027Procedure\u0027 page for details.\nCurrent weighting is on the basis of 30% quality(+-10%).",
              "name": "Quality",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "These criteria will be refined later, see the \u0027Competitive flexible procedure description\u0027 on the \u0027Procedure\u0027 page for details.\nCurrent weighting is on the basis of 70% price (+-10%).",
              "name": "Price",
              "numbers": [
                {
                  "number": 70,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-03-17T23:59:59Z",
          "startDate": "2026-09-18T00:00:00+01:00"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 4
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the SUBMISSION section below and documents issued via In-tend for full conditions of participation.",
              "type": "economic"
            },
            {
              "description": "Please refer to the SUBMISSION section below and documents issued via In-tend for full conditions of participation.",
              "type": "technical"
            },
            {
              "description": "The Council will undertake a shortlisting process, with the highest scoring 4 suppliers following assessment of Conditions of Participation by the Council, who meet all the pass/fail criteria, progressing to the tender stage.  In the event that multiple suppliers are tied at 4th place through the achievement of identical scores then a tie-break will apply.\nThe Council reserve the right to proceed to the second stage of the tender process in the event there are less than four suppliers who meet the conditions of participation criteria.\nAny interested suppliers will need to register on the governments Central Digital Platform for the Council to review any potential grounds for exclusion and conduct a debarment check.  \nThe Council will be required to undertake checks on any named subcontractor a supplier incorporates into their bid. If the subcontractor was to meet the exclusion grounds and/or be listed on the debarment list, then the Council will need to investigate this as part of any award decision. The Council may require a supplier to change the nominated sub-contractor if they do not meet the exclusion grounds and/or listed on the debarment list.\nSuppliers must pass :\n - Part 1 and 2 of the Conditions of Participation\n - Financial capacity (Credit score and turnover requirements)\n - Insurance (PL, EL \u0026 PI)\n - H\u0026S (SSIP accreditation or equivalent, RIDDOR, HSE notice requirements)\n - Accreditations (Considerate contractor or equivalent)\n - Modern slavery \n - Technical ability \nMinimum of  3 - Maximum of  5 contract case studies relating to works completed or are currently being completed within the past 5 years must be submitted using the Contract Case Study template provided. All case studies are to be supported with a reference questionnaire completed and returned by the contractor\u0027s client.\nMultiple case studies that apply to the same client organisation are permitted provided that each example relates to a discrete contract.  Please note:  A single case study can be used to demonstrate multiple requirements.  \nPASS/FAIL\nCase studies will be assessed holistically and must demonstrate evidence of the following minimum required elements to pass:\n\u2022\tAt least 1  case study contractors must show experience of undertaking the refurbishment of an existing historic, brick-built   building similar in size and scope to the Omega Project. \n\u2022\tAt least 1 case study must demonstrate  experience working within or to build school/college buildings (SEND or non-SEND School).\n\u2022\tAt least 1 case study  must show experience of  working in either an occupied site or working adjacent to an occupied site with similarly vulnerable users (e.g. working in a school, care home, nursery, hospice, hospital etc)\n\u2022\tAt least 1 case study must illustrate site management experience in a publicly accessible environment.\n\u2022\tAt least 1 case study must demonstrate experience undertaking works at sites which have limited access. \n\u2022\tAt least 1 case study must demonstrate experience undertaking works at sites which have limited space onsite for material storage etc.\n\u2022\tAt least 2 case study must demonstrate experience working on contracts to a value within a range of \u00a33m - \u00a39m\n\u2022\tAt least 2 case study must demonstrate experience of working on contracts as a Principal Contractor where JCT Terms have been utilised. \n\u2022\tAt least 2 case study must demonstrate experience of delivering complex landscape schemes (e.g.  a landscape scheme that includes, multiple different surfaces, extensive drainage works, planting etc.) either as part of a building project or as discrete external works schemes. (Either directly or using sub-contractors)\nSCORING\nAll suppliers that achieve a Pass, will then have their case studies scored. \n2 points will be given for each of the first two elements below and  1 point will be given for each of the last four elements below, that is evidenced within a case study. For example, if the first element mentioned is evidenced within 1 case study it will score 2 points, if evident in 2 case studies, then it will score a further 2 points etc up to a maximum of 10 points if it is evident in all 5 case studies.\nA maximum score of 40 points is possible if all 6 elements are evidenced in all 5 case studies.\nPlease note, not all the elements below were pass/fail criteria so contractors should endeavour to include evidence of the below within their case studies in order to achieve higher scores.\n\u2022\t(2 Points) Experience of undertaking the refurbishment of an existing historic, brick-built building similar in size and scope to the Omega Project. \n\u2022\t(2 Points) Experience working within or to build SEND school/college buildings.\n\u2022\t(1 Point) Evidence of providing apprenticeship opportunities / work experience as a social value commitment \n\u2022\t(1 Point) Experience of managing significant buried services.\n\u2022\t(1 point)Experience of providing (Either directly or indirectly) bespoke carpentry from the contractors own workshop\n\u2022\t(1 point) Experience of delivering complex landscape schemes (e.g.  a landscape scheme that includes, multiple different surfaces, extensive drainage works, planting etc.) either as part of a building project or as discrete external works schemes. (Either directly or using sub-contractors)\nIf multiple suppliers are tied at 4th place through the achievement of identical scores, then a tie-break will apply. The tie-break will take the sum of the scores achieved for the following experience elements within the Technical and Professional Ability Questions:\n\u2022\tExperience of undertaking the refurbishment of an existing historic, brick-built building similar in size and scope to the Omega Project. \n\u2022\tExperience working within or to build SEND school/college buildings.\nThis will provide one score for each supplier tied for 4th place and the highest-ranking supplier will be taken through as 4th place to tender.\nIf scores remain tied, preference will be given first to the supplier with the highest scoring SEND school experience, and if still tied, to the one with the highest scoring historic building refurbishment experience.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 7500000,
          "amountGross": 9000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "features": "The Council will undertake the procurement process to award the contract in line with the procurement procedure and programme outlined below which utilises the Competitive Flexible Procedure as defined within the Procurement Act 23\nStage 1 will be a Conditions of Participation stage, which will be used to shortlist to a maximum of 4 suppliers.\nThese 4 suppliers will then be invited to submit tenders at stage 2. \nThe cost/quality split is likely to be on a 70%/30% basis, however, the Council reserves its right to refine award criteria during the procurement procedure and to adopt a Cost/Quality split that is +/- 10% of these values. \nThe evaluation criteria will be fully defined upon the publication of the 2nd stage tender but will likely include the following themes and weighting ranges-\n\u2022\tMethodology - weighting of 7.5% (+/- 5%) \n\u2022\tProgramme/Risk - weighting of 10% (+/- 5%) \n\u2022\tResource - weighting  of 7.5% (+/- 5%) \n\u2022\tSocial Value - weighting of 5% (+/- 5%) \nFollowing evaluation against quality / cost criteria, the MAT bidder will be the preferred bidder."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "KPIs\nThe detailed KPIs and scoring methodology will be set out within stage 2 tender documents. The KPIs will include for and develop upon the high-level structure set out below:\n\u2022\tTime - Delivery of completion to programme\n\u2022\tCost  - Agreement of final account within 18 months of Practical Completion\n\u2022\tQuality\n\u2022\tNumber of defects / Efficiency of managing defects identified \n\u2022\tCommunications, reporting  \u0026 Response\n\u2022\tHealth \u0026 Safety Management\n\u2022\tMinimising Disruption, Site Logistics, Security \u0026 Access\n\u2022\tQuality Management \n\u2022\tHandover at Practical Completion \nAs required under the Procurement Act 23, the Council will publish a Contract Performance Notice at the key delivery points stated above which summarises delivery performance against the finalised KPIs.\nThe Council will work in partnership with the appointed contractor and will review KPI performance with the contractor at regular intervals. The Council will seek to agree KPI scores with the contractor prior to issue of a Contract Performance Notice and will provide the contractor with details of scores and rationale at least 8 working days prior to issue of the notice to allow for pre-issue representations.\nIn the event of significant non-performance, such as significant persistent performance issues where reasonable opportunity has been provided to the contractor to address but has failed to do so, application of significant damages or other significant penalties, termination (including partial termination) of the contract or the reaching of a settlement agreement between the parties, the Council will be required to issue a Performance Notice within 30 days of the breach in accordance with Section 71 of the Procurement Act 23.\nIf a modification cannot be defined as non-substantial and / or below threshold, the Council may still make modifications to the contract, not exceeding 50% of the latest contract value per modification, in respect the following situations:\n\u2022 Where the modification was transparently and unambiguously allowed for within the contract\n\u2022 Materialisation of a published known risk\n\u2022 Urgency \u0026 the protection of life\n\u2022 Unforeseeable circumstances which could not have been reasonably foreseen by the Council\n\u2022 Additional goods, works \u0026 services which are a repetition of items already covered within the scope of the contract and only where a change of contractor would significantly impact compatibility and result in significant in duplication of costs\nIn such instances the Council will issue a Contract Change Notice each time a modification is made and publish an updated redacted version of the contract within 90 days of the modification.\nThe Council may decide to include for a voluntary 8 working day standstill period from issuing a Contract Change Notice to subsequent modification of the contract in order to mitigate risk of challenge, although it will be under no legal obligation to do so.\nKNOWN RISKS\nThe Council has identified the following known risk areas which could materialise over the course of the procurement process and delivery of the contract and may impact programme, cost and scope of the contract:\n\u2022\tContaminated Land - Identification of contaminated land before or during construction could impact scope, programme and cost\n\u2022\tCondition of existing building - Issues with existing building structure and foundations found during construction could impact scope, programme and cost\n\u2022\tProximity of an occupied school site - Restrictions on work activities in order to minimise disruption to neighbours and other stakeholder could impact programme \u0026 cost\n\u2022\tUn recorded underground services - Issues with service connections found during construction could impact scope, programme and cost\n\u2022\tDiscovery of protected species on site - Identification of protected species before or during construction could impact programme and cost\n\u2022\tDiscovery of asbestos - Identification of asbestos containing materials during construction could impact scope, programme and cost\n\u2022\tDelays to gaining planning approval could impact upon the procurement programme, contract award date and works commencement dates\n\u2022\tDesign changes required to meet planning conditions could impact upon the procurement programme, contract award date and works commencement dates\n\u2022\tDesign changes required to meet planning conditions could impact upon the scope of works, contract value and construction programme\nIn accordance with Schedule 8 of the Procurement Act 23, the Council reserves the right to modify the contract, without initiating a new procurement procedure, should any of these risks materialise during the procurement process and/or delivery of the contract. Any such modification will be limited to addressing the consequences of the known risk and will not alter the overall nature of the contract. Where applicable and required a modification to the Tender Notice or a Contract Change Notice will be published in accordance with the requirements of the Procurement Act.",
    "status": "active",
    "submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/Home\nSuppliers who are not already registered on the In-tend system will need to register their details in order to access the procurement documentation, raise clarification requests and return tender submissions.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "The Omega Centre Special Education Needs School Refurbishment \u0026 Extension",
    "value": {
      "amount": 7500000,
      "amountGross": 9000000,
      "currency": "GBP"
    }
  }
}