Changeflow GovPing Trade & Sanctions Spinnaker Tower Leisure Operator Lease Procurement
Routine Notice Added Final

Spinnaker Tower Leisure Operator Lease Procurement

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published March 31st, 2026
Detected March 31st, 2026
Email

Summary

Portsmouth City Council published a planned procurement notice under the Procurement Act 2023 for a leisure operator to manage the Spinnaker Tower, a 170m landmark viewing structure in Portsmouth. The Council seeks a long-term mutually incentivised partnership for tower operations. Tenders must be submitted by 15 May 2026.

What changed

Portsmouth City Council has issued a planned procurement notice for the operation of the Spinnaker Tower, a prominent 170m landmark at Gunwharf Quays with three viewing platforms at 100m, 105m, and 110m. The procurement, identified as Notice 2026/S 000-030036 under the Procurement Act 2023, seeks an experienced leisure operator for a long-term partnership. The contract requires the primary function to remain a public viewing tower open minimum 6-8 hours daily, with two cafes and commercial podiatry space.

Prospective operators must monitor the Find a Tender service for the full invitation to tender documentation. The deadline for submissions is 15 May 2026. Bidders should review the full scope including permitted uses, operational requirements, and award criteria before preparing submissions. No specific penalties are stated in the notice; compliance is governed by standard procurement breach provisions under the Procurement Act 2023.

What to do next

  1. Register interest on the Find a Tender service portal using procurement identifier ocds-h6vhtk-05e0a1
  2. Obtain and review the complete tender documentation including specifications for tower operations
  3. Prepare and submit tender by the 15 May 2026 deadline

Source document (simplified)

Planning

Spinnaker Tower - Leisure Operator

Notice identifier: 2026/S 000-030036

Procurement identifier (OCID): ocds-h6vhtk-05e0a1 (view related notices)

Published 31 March 2026, 5:40pm

Watch this notice

Contents

Scope Participation Submission Award criteria Other information Procedure Documents Contracting authority

Download

Share this notice

Description

Portsmouth City Council - the 'Council - will shortly be inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis.

The Tower

The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. It is visible to the nine million passengers who sail and cruise through Portsmouth Harbour each year as well as the eight million visitors to Gunwharf Quays which offers outlet designer shopping.

The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening.

There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space.

Permitted Uses, Opening Times & Access

Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered.

The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew has been set.

The Council will require use of the Tower for its own direct activities and in support of wider community activities to a total of 47 hours free of charge per year, further details are provided within the specification.

Suggestions for complementary ancillary uses will be permitted. Examples include but are not limited to:

• Food and beverage options such as a café, fine dining etc.

• Entertainment including comedy evenings, cocktail evenings etc.

• Virtual reality 'thrill experiences'

• Private Functions including weddings, corporate events etc.

Proposals for other activities / experiences will be considered. Suggestions for the use of the overall space, including the associated capital investment, will be considered. For example, the opportunity for development of the underused podium deck. Any investment must be solely funded by the operator.

Contract Term, Estimated Value & Target Commercials

Award of the contract is targeted for 7th August 2026. The successful operator will be required to seamlessly commence operations under a lease with associated concession arrangement from 11th October 2026 following expiry of the lease held with the current incumbent operator on 10th October 2026. The lease and associated concession contract will be let on a 25-year basis. Break clauses subject to 12 months notice will be included for at years 10, 15 and 20 of the lease.

The lease will be subject to rental / management fee and revenue share payments from the operator to the Council. The Council is targeting a guaranteed rental payment of £350k total over the initial 3 years of the lease to allow for profiling of rent in view of mobilisation costs, building up sales and the impact in the 1st year of the Council's planned lift refurbishment works.

From year 4 onwards the target average per annum payment thereafter has been set at £220k. Rental payments are to be made in advance on a quarterly basis per annum. Lease payments will be subject to 5 yearly rent reviews with increases subject to CPI adjustments.

A minimum revenue share % of 3% will apply with operators able to bid back an increased share % up to a maximum of 10%. The revenue share proposed by operators may vary over the term of the agreement but must always be within the 3% - 10% min / max range stated. Revenue share payments are to be made within 30 days at the end of each contract year.

In addition to rental and revenue share payments, the Council will also recover reinstatement insurance premium costs from the Operator. The Council is currently seeking specialist insurance advice which will inform the per annum figure to be accounted for within Operator commercial models. The Council is targeting to issue an insurance cost recovery value by week 3 - 4 of the tender period.

The contract will be subject open book reporting. The Operator will be required to report on revenues generated by business activities on a quarterly basis and upon request within 10 working days along with provision of supporting evidence. At the end of each operating year the Operator will be required to produce full audited accounts for operation of the Tower, providing full details of sales, costs, O/H contribution, profits, dividends, etc.

Based upon current revenue and subject to indexation the Council estimates that the successful Operator could achieve a 25-year turnover figure of approx. £90M. However, the Council considers that there are significant opportunities to increase revenue though investment, diversification of activities, food & beverage offer, sponsorship, advertising, etc. which could have a major positive impact upon revenue generation, potentially increasing revenue generation to £110M and beyond over the 25 year term.

However, it should be noted that all estimates in respect of the value of the business opportunity are purely indicative and provided to comply with the requirements of the Procurement Act 23 in relation to publication of estimated contract values.

Maintenance, Servicing & Facilities Management

The Council will retain responsibility for the repair and maintenance of the items listed below which are further detailed within the procurement documents:

• External Structure Works and inspections including the spire, view decks, tower legs, concrete shafts, ribs, bows, transfer landings and substructure, but excluding the base building and podium level.

• Structural Glazing and Curtain Walling System on View Decks

The Council is also progressing with lift refurbishment and other structural maintenance works which are currently scheduled to take place during the 1st year of the lease. Operators should be aware that a closure period for the viewing tower will be required to undertake these works. The exact length and scheduling of these works have yet to be confirmed but are likely to be approximately 6 months in duration. The Council will fund and deliver the works and will work with the Operator to agree the timing of any closures where possible. Operators should note that future lift refurbishment / replacement responsibility will fall with the Operator.

The Operator will be responsible for all internal repairs and maintenance and to keep the property in good repair and condition including, but not limited to:

• Reactive repairs and planned maintenance

• Decorations and finishes

• Fixtures and fittings

• Sanitary facilities

• Bar and kitchen areas

• Surfaces in plant rooms, internally to the bows and spire

The Operator will be responsible for the following external repairs and maintenance and to keep the property in good repair and condition including, but not limited to:

• Base building - Floors, Walls and Roof

• Podium level

• Doors and Windows

• External decoration works of the legs, concrete shafts, ribs, bows, transfer landings, base building, podium level, brise soleil etc.

• Paving surrounding the tower and at podium level

• Balustrades/Handrails round the podium level, podium stairs, terrace level and promenade level

The Operator will be required to undertake all Planned Preventative Maintenance (PPM) and reactive repairs including maintenance, servicing and replacement (both minor and major) to those building elements highlighted as tenant responsibility.

The Operator is responsible to keep all M&E, both internal and external to the Tower, in good condition and maintenance including, but not limited to:

• Servicing

• Reactive and Planned Repairs/Maintenance

• Surveys

• Lifecycle replacement

• Lift maintenance / replacement

The Operator shall provide the M&E maintenance service through a regular and organised regime and provide the Council with records of the works such as EICRs etc.

Beyond the maintenance activities listed above, the Operator will be responsible for all building management activities required to ensure that the Tower is kept safe, clean and secure, including for:

• Statutory Compliance Testing - electrical testing, legionella testing, PAT, etc.

• Heating & Lighting

• Cleaning

• Security

• Utilities and Environmental Management

• Fire Detection & Emergency Lighting

• Accessibility, Health & Safety and Safeguarding

Performance Standards, Customer Service, Marketing & Comms

The Operator will be required to delivery the services to a consistently exceptional standard noting the Tower's position as a key symbol of the City. The Operator will be required to continuously self-monitor and report upon performance against set KPIs to the Council. The Operator must strive for excellence, fostering a culture of continuous improvement and ensuring that operation of the Tower keeps pace with developments in the visitor attraction market.

Total value (estimated)

  • £110,000,000 including VAT Above the relevant threshold

Contract dates (estimated)

  • 7 October 2026 to 6 October 2051
  • 25 years

Options

The right to additional purchases while the contract is valid.

Contingency Options

The Council reserves the right to engage the next placed highest scoring supplier (ranked 2nd) to deliver the contract in the event that any of the following events occur during the award, mobilisation and delivery of the services during the term of the lease and concession contract:

• The Council is unable to agree and execute terms of lease and concession contract with the preferred bidder identified through evaluation of the submitted tenders

• The preferred bidder identified through evaluation of the submitted tenders fails to mobilise and commence the services in line with the agreed programme, or is significantly delayed in meeting programme milestones and is highly likely to not commence services in line with the agreed programme

• The lease and concession contract with the preferred bidder identified through evaluation of the submitted tenders is terminated due to:

o The operator exercising a right to break the lease and concession contract

o Material breach

o Non-material persistent breach

o Failure to meet service levels and KPIs

o Not meeting Conditions of Participation - Exclusion grounds, insurance, financial standing, accreditations, etc.

o Inability to agree price increases in line with terms

o Inability to agree price changes, specification changes, event in the event of materialisation of identified known risks

The next placed operator will only be engaged at the Council's discretion and subject to the operator evidencing ability to:

• Meet all Conditions of Participation

• Deliver the requirements as set out in the specification including for any updates made by the Council

• Honour the terms & conditions included within the original procurement

• Deliver the service delivery proposals included within their original tender submission as a minimum

• Honour the pricing elements included for within their original tender submission, subject to reasonable application of relevant CPI indices, as a minimum with a requirement to mitigate any negative impacts where possible

In the event that the Council is unable to reach agreement with the next placed supplier the Council may, at its sole discretion engage with the operator that ranked immediately below the next placed supplier (ranked 3rd) from the evaluation process to deliver the contract subject to the requirements set out above.

In the event that agreement cannot be reached with the 3rd ranked operator the council may engage with the 4th ranked operator and so forth at its discretion for delivery of the contract.

Alternatively, the Council may opt to invite updated tenders from all the tenderers who submitted stage 1 compliant bids or, if the Council undertook a 2nd stage of bidding which included for down selection, only from those tenderers who were invited to submit and consequently submitted 2nd stage BAFO bids.

Main procurement category

Services

CPV classifications

Entertainment building construction work

Construction work for buildings relating to exhibitions

Buildings of particular historical or architectural interest

Restaurant construction work

Cafeteria construction work

Kitchen or restaurant conversion

Shop units construction work

Building alteration work

Plumbing and sanitary works

Mechanical installations

Joinery and carpentry installation work

Floor laying and covering work

Painting work of buildings

Painting work of structures

Repainting work

Surface-protection work

Facade work

Decoration work

Exterior cleaning work for buildings

Refurbishment work

Lift-maintenance services

Repair and maintenance services of furniture

Repair and maintenance services of restaurant equipment

Installation services of electrical and mechanical equipment

Restaurant and food-serving services

Beverage-serving services

Retail trade services

Tourist information services

Tourist guide services

Commercial property management services

Advertising and marketing services

Building-cleaning services

Window-cleaning services

Recreational, cultural and sporting services

Civic-amenity services

Contract locations

  • UKJ31 - Portsmouth

Participation

Legal and financial capacity conditions of participation

EXCLUSION GROUNDS

Assessment in line with PA23 requirements in relation to excluded and excludable grounds.

The Council will allow for representation from suppliers in line with PA23 requirements in relation to excludable grounds, including for substitution of proposed sub-contracting arrangements.

The Council will apply discretion and allow for representation from suppliers in relation to excludable grounds in line with PA23 requirements, including for substitution of proposed sub-contracting arrangements.

FINANCIAL STANDING

Business Risk Assessment

Bidders must attain a business risk score calculated using Credit Safe financial ratios of 50 or above to pass. If below or score is unavailable, bidders must provide a satisfactory review of financial information against profit/loss, liquidity, acid test, etc. or provision of a guarantee from a parent company or other legally bound guarantor with a business risk score of 50 or above.

Turnover Assessment

Bidders must demonstrate a recorded turnover within latest set of accounts of at least approx. £1,200,000, a provision of a guarantee from a parent company or other legally bound guarantor with a recorded turnover within latest set of accounts of at least approx. £1,200,000 or if Suppliers are unable to meet the minimum turnover levels but feel that they are able to demonstrate alternative evidence of financial capacity they are instructed to submit this in order that the council may consider the information and provide a decision that will be final.

INSURANCE

The Council will be asking for insurance levels to be set as follows -

• Public & Products Liability Insurance - £10M in respect of any one occurrence, the number of occurrences being unlimited, but in the aggregate in respect of pollution and products liability.

• Employees Liability Insurance - £10M in respect of any one occurrence, the number of occurrences being unlimited

• Cyber Security Insurance (TBC) - £2M each and every claim or in the annual aggregate with auto-replenishment

GDPR

Suppliers must confirm that they have in place, or that they 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.

&

Suppliers have provided details to the Council's satisfaction, of the technical facilities and measures (including systems and processes) in place, or will have in place by contract award, to ensure compliance with UK data protection law and to ensure the protection of the rights of data subjects.

Technical ability conditions of participation

OPERATIONAL CASE STUDIES

Bidders are required to submit between one (1) and three (3) Operational Case Studies (OCS) relating to contracts that the Operator is either currently delivering or, for specific experience elements only, has delivered within the last five (5) years. Bidders must ensure that, collectively, the case study submission demonstrates coverage of all the required elements set out below, with at least one case study addressing each element.

Multiple case studies relating to the same client organisation are permitted, provided that each submission relates to a discrete and distinct contract. Case studies will be assessed holistically and must, as a minimum, demonstrate evidence of the requirements listed below in order to achieve a pass. Failure to demonstrate the minimum levels of relevant experience will result in a failed assessment.

• Current experience (not from a past arrangement) of successfully operating a regionally significant visitor / leisure attraction with a footfall of at least 50k per annum and a turnover of £1m. For the purposes of this and further requirements, a regionally significant visitor / leisure attraction may include destination shopping centres, destination museums, landmark visitor attractions, major cultural or heritage sites, waterfront or tourism led destinations, or other comparable leisure attractions. This should be demonstrated on at least 1 of the case studies submitted.

• Experience of successfully delivering day to day site operations, facilities management, statutory compliance & day to day maintenance responsibilities at an operational site. This should be demonstrated on at least 1 of the case studies submitted.

• Current experience (not from a pasty arrangement) of developing, delivering and managing marketing & promotion activities on at least 1 of the case studies submitted.

• Experience of successfully managing delivery of Planned Preventative Maintenance (PPM) programmes of repair, refurbishment and replacement works on at least 1 of the case studies submitted

• Current experience (not from a past arrangement) of running a visitor / leisure attraction on a commercial basis including for taking all or substantive risk on sales, costs and profit/surplus generation on at least 1 of the case studies submitted.

HEALTH & SAFETY AND ENVIRONMENTAL HEALTH

HSE Enforcement / Remedial Orders - Pass/Fail

The Council will not select suppliers that have been in receipt of enforcement/remedial action orders unless the supplier can demonstrate to the council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.

Prosecution & Enforcement - Pass/Fail

The serving of enforcement notices and any prosecutions will not result in an automatic fail. The severity of each individual case and the robustness of the measures implemented to help ensure against re-occurrence will be assessed by professionals employed by the Council who may seek further information before making a final pass/fail decision.

HSE FFI Charges - Pass/Fail

The nature of the FFI and the robustness of the post incident action taken will be assessed on the basis of reasonableness. Any concerns will be relayed to a Health & Safety professional employed by the Council who may seek further information before making a final pass/fail decision.

Environmental Health Enforcement - Pass/Fail

The Operator confirms that it has not, within the last five (5) years, been subject to any Environmental Health enforcement action (including statutory notices, improvement notices or prohibition notices relating to pests, hygiene, public health or environmental health matters).

Where such action has occurred, the severity of each individual case and the robustness of the measures implemented to help ensure against re-occurrence will be assessed by professionals employed by the Council who may seek further information before making a final pass/fail decision.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

7 April 2026

Enquiry deadline

6 May 2026, 11:59pm

Submission type

Tenders

Tender submission deadline

15 May 2026, 12:00pm

Submission address and any special instructions

The Council will administrate the procurement process using its e-sourcing system In-tend which will be used for:

• Access to and issue of procurement information & documentation

• Pre-tender submission clarification requests and response

• Tender submission

• Tender opening & access to responses

• Post-tender submission clarification requests and response

• Award decision notification & feedback

• Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements

The In-tend system can be accessed free of charge via the following web link:

https://intendhost.co.uk/portsmouthcc/aspx/home

Tenderers 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.

In advance of submitting tenders Tenderers are required to register on the Central Digital Platform, and upload and/or check that their core Supplier information is accurate and up to date. Guidance on accessing the Central Digital Platform can be found here:

Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

27 July 2026

Recurring procurement

Publication date of next tender notice (estimated): 6 October 2050

Award criteria

| Name | Type | Weighting |
| --- | --- | --- |
| NPV calculated 25-year fixed lease payments total | Cost | 22.5% |
| Activities, Uses & Event Proposals | Quality | 10% |
| Resource & Delivery Model | Quality | 7.5% |
| Business Plan | Quality | 7.5% |
| NPV calculated 25-year estimated revenue share payment total | Cost | 7.5% |
| Mobilisation & Service Establishment | Quality | 5% |
| Partnership Working | Quality | 5% |
| Marketing, Promotion & Customer Experience | Quality | 5% |
| Reporting, IT & Communication | Quality | 5% |
| Social Value | Quality | 5% |
| H&S, Safeguarding & Facilities Management | Quality | 5% |
| Maintenance Management | Quality | 5% |
| Capital Investment Proposals | Quality | 5% |
| First 3 years total fixed lease payments | Cost | 5% |

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Procedure

Procedure type

Competitive flexible procedure

Special regime

Concession

Competitive flexible procedure description

CONCESSION BASIS

In respect of application of the Procurement Act 23, the Council's position is that the contract falls under the definition of a concession contract as set out within Section 8 of the Procurement Act 2023 and that therefore only the aspects of the Procurement Act 2023 and Procurement Regulations 2024 that apply to 'special regime' contracts are of relevance to this procurement process and management of the resultant contract.

CFP FEATURES

The Council will run the procurement process to secure the Operator using the Competitive Flexible Procedure as defined within the Procurement Act 23. The Council has designed a process that includes for:

• Development of proposals through multi-stage tender submissions

• Ability to award at 1st stage or 2nd stage tender submission

• Ability to down select following evaluation of 1st stage tenders and invite a reduced number of tenderers to submit best & final 2nd stage tenders

• Pre Tender submission dialogue

• Post Tender submission negotiation

• Refinement of award criteria, specification, contractual / lease terms and commercial model during the process

• Site tours & bidders briefing

• Post award finalisation of contract terms, lease & commercial arrangements

• Due diligence including for take up of client references and visits to operator offices & operational sites, both pre and post award

• Interviews and presentations at either or both 1st and 2nd stage tender evaluation

PROGRAMME

The procurement programme is set out below in summary. In the event of any changes to the programme the Council will issue notification via it's e-sourcing system In-tend and for more significant changes issue an amendment to the Tender Notice issued on Find a Tender Service (FTS).

The programme below is based upon a scenario where following completion of evaluation of stage 1 bids the Council has exercised its discretion to invite all tenderers (subject to application of COP) or a down selected number (application of COP plus scores against Award Criteria) of tenderers to take part in negotiations and submit 2nd stage Best & Final Offer (BAFO) bids.

• Issue Tender Notice on FTS - 7th April 2026

• Issue Stage 1 documents on In-Tend - 7th April 2026

• On-line TEAMS Bidders Briefing - 13th April @11:30

• *Site Tours (TBC) - 17th April @14:00 & 22nd April @10:00

• Stage 1 dialogue meetings - 27th April 2026 - 1st May 2026

• Stage 1 clarification deadline - 6th May 2026 @23:59

• Stage 1 tenders submission deadline- 15th May 2026 @12:00

• **Negotiation meetings - 8th - 12th June 2026

• Issue Stage 2 Best & Final Offer (BAFO) tender documents - 22nd June 2026

• Stage 2 BAFOs tenders submission deadline - 10th July 2026 @12:00

• Stage 2 interviews & presentations - 15th - 17th July 2026

• Issue Assessment Summaries - 27th July 2026

• Issue Award Notice on FTS - 27th July 2026

• Standstill Period - 28th July- 6th August 2026

• Confirmation of award - 7th August 2026

• Mobilisation period - 8th August - 10th October 2026

• Service commencement - 11th October 2026

The alternative programme below is based upon a scenario where following completion of evaluation of stage 1 bids the Council has exercised its discretion to proceed to award and finalisation of terms with the highest scoring most advantageous tenderer / preferred bidder.

• Issue Tender Notice on FTS - 7th April 2026

• Issue Stage 1 documents on In-Tend - 7th April 2026

• On-line TEAMS Bidders Briefing - 13th April @11:30

• *Site Tours (TBC) - 17th April @14:00 & 22nd April @10:00

• Stage 1 dialogue meetings - 27th April 2026 - 1st May 2026

• Stage 1 clarification deadline - 6th May 2026 @23:59

• Stage 1 tenders submission deadline- 15th May 2026 @12:00

• Issue Assessment Summaries - 8th June 2026

• Issue Award Notice on FTS - 8th June 2026

• Standstill Period - 9th - 18th June 2026

• Confirmation of award - 19th June 2026

• Negotiation & Finalisation of Terms - 22nd June 2026 - 13th July 2026

• Mobilisation period - 13th July - 10th October 2026

• Service commencement - 11th October 2026

*Attendance at site tours is a condition of tendering and the Council reserves the right to set aside tender submissions from bidders who cannot evidence attendance on at least one of the site tours. Tenderers may send a maximum of 3 delegates to the site tour and may send delegates on both of the site tours if they wish. Tenderers are asked to confirm the names and positions of delegates at least 24 hours prior to the commencement of the site tour/s they wish to attend.

Other than the site tours all other meetings - bidders briefing, dialogue meetings, negotiation meeting, interview / presentation - will be held on-line using Microsoft TEAMS, although subject to availability of meeting rooms at the Council's Civic Offices, there may be some capacity to offer hybrid meetings.

**In the event that a reduced number of tenders are received / limited requirements for post tender clarifications / limited negotiation points - the Council may seek to bring forward the negotiation meetings by a week and all of following programme events thereafter by a week to provide more time for completion of back-end award and mobilisation activities.

The Council will administrate the procurement process using its e-sourcing system In-tend which will be used for:

• Access to and issue of procurement information & documentation

• Pre-tender submission clarification requests and response

• Tender submission

• Tender opening & access to responses

• Post-tender submission clarification requests and response

• Award decision notification & feedback

• Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements

The In-tend system can be accessed free of charge via the following web link:

https://intendhost.co.uk/portsmouthcc/aspx/home

Tenderers 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.

In advance of submitting tenders Tenderers are required to register on the Central Digital Platform, and upload and/or check that their core Supplier information is accurate and up to date. Guidance on accessing the Central Digital Platform can be found here:

Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK.

Operators should note that tenders will only be evaluated where tenderers pass all of the Conditions of Participation, which include for:

• Legal standing exclusion grounds (lead & key sub-contractors / consortium members)

• Financial Standing - assessment of financial information, min turnover £1.2M, PCG as applicable

• Insurance - PL & EL £10M each & every claim, Cyber £2M (TBC)

• Experience - visitor attraction operation w/ 50k footfall pa, £1M turnover pa, responsibilities for operations & building management, PPM, marketing & promotion, sales & cost risk

• H&S and Environmental Health record

• GDPR

Tenders which pass the Conditions of Participation will then be assessed against the published Award Criteria which are summarised below.

The Council will reserve the right to adjust weightings by no more than 2.5% for any individual element for the 2nd stage BAFO as permitted under the Procurement Act 23 and where such changes do not constitute material change and / or impact fair & equal treatment of bidders.

Quality elements of the tender evaluation equate to 65% of the overall evaluation model and comprise of:

• Activities, Uses & Events Proposals - 10%

• Resource & Delivery Model - 7.5%

• Business Plan 7.5%

• Mobilisation & Service Establishment - 5%

• Partnership Working - 5%

• Marketing, Promotion & Customer Experience - 5%

• Reporting, IT & Communication - 5%

• Social Value - 5%

• H&S, Safeguarding & Facilities Management - 5%

• Maintenance Management - 5%

• Capital Investment Proposals - 5%

The quantitative Income elements of the tender evaluation equate to 35% of the overall tender evaluation and comprise of:

• NPV calculated 25-year fixed lease payments total - 22.5%

• NPV calculated 25-year estimated revenue share payment total - 7.5%

• First 3 years fixed lease payments total - 5%

Tenderers should refer to the procurement documents released when the Tender Notice is issued on 7th April 2026 for full details of the Conditions of Participation and Award Criteria.

Documents

Associated tender documents

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Contracting authority

Portsmouth City Council

  • Public Procurement Organisation Number: PCNL-5714-PRZV Civic Offices, Guildhall Square

Portsmouth

PO1 2AL

United Kingdom

Email: procurement@portsmouthcc.gov.uk

Region: UKJ31 - Portsmouth

Organisation type: Public authority - sub-central government

Named provisions

Scope Participation Submission Award criteria Procedure

Source

Analysis generated by AI. Source diff and links are from the original.

Classification

Agency
PCC
Published
March 31st, 2026
Compliance deadline
May 15th, 2026 (45 days)
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Minor
Document ID
Notice identifier: 2026/S 000-030036
Docket
ocds-h6vhtk-05e0a1

Who this affects

Applies to
Government agencies
Industry sector
9211 Government & Public Administration
Activity scope
Public Procurement Leisure Operations Government Contracting
Geographic scope
United Kingdom GB

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Topics
Public Procurement Tourism

Get Trade & Sanctions alerts

Weekly digest. AI-summarized, no noise.

Free. Unsubscribe anytime.

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Optional. Personalizes your daily digest.

Free. Unsubscribe anytime.