Planning

BLD0323-02 03 Fire Strategies Phase 2 & 3

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

19 Mar 2026 at 09:52

Summary of the contracting process

The Ministry of Defence is planning a procurement process for fire strategy consulting services covering Phase 2 and 3 of their building inspections and report production. The tender, titled "BLD0323-02 03 Fire Strategies Phase 2 & 3", falls under the industry category of fire and explosion protection and control consultancy services. The procurement is currently in the planning stage with key dates including the future notice date set for 27th April 2026 and the contract period expected to commence on 3rd August 2026, running until 5th January 2028. The services will be delivered at the Ministry's premises in Portsmouth, South East England, with an estimated value of £500,000. Interested parties can contact the Ministry via the provided email for further engagement.

This tender offers significant growth opportunities for businesses specialising in fire strategy consultancy. Firms with experience in building inspections and a solid background in fire safety regulations, such as those with professional qualifications in fire engineering and substantial industry experience, are well-suited to compete. Small and medium enterprises, as well as voluntary, community, and social enterprises, are encouraged to participate. Companies with a robust track record in producing comprehensive fire strategy reports and familiarity with standards such as ISO9001 and FIRAS certification will find themselves positioned optimally to benefit from this opportunity, as they can leverage their expertise to meet the rigorous requirements and contribute to enhancing safety protocols within the Ministry of Defence's facilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

BLD0323-02 03 Fire Strategies Phase 2 & 3

Notice Description

Building Inspection & production of FIRE STRATEGY' REPORTS in accordance with the following. Building Regulations Part 'B' & all amendments. (This document is the primary document that PNB operates against) Regulatory reform [fire safety] Order COSHH Regulations. The 'Fire Strategy' investigations and production of fire strategy reports shall be carried out by a 'competent person' who shall meet the relevant experience and qualifications to produce comprehensively the requirements of this SoR. The fire strategists shall be qualified as follows: - Professional qualifications. Degree qualified and be Members or Fellow Members of the Institute of Fire Engineers Minimum of 10 years' experience in the field of 'Fire Strategy' reporting based on existing buildings. Have a working Knowledge of:- Experience with IOSH Managing Safely. Carry NEBOSH National General Certificate. Carry HABC Level 2 award in fire safety. BAFE registered. ISO9001 Loss Prevention Certification Board (LPPC).Fire Industry Association (FIA).United Kingdom Accredited Service (UKAS).FIRAS Certification. TRADA. The qualifications and verification of expertise and experience of proposed personnel shall be clearly defined as part of the tender procedure. Changes to the staff presented within the tender are only to be changed if agreed with the Project Manager at the time of the negotiations and contract awarded. It is important that the quality and relevant experience of team members is maintained throughout the contract until handover. All fire strategies shall take account of the buildings as built and the associated standards that were applicable at the time of the design and construction of the buildings. Where age of building is not known then best practice will be observed taking account of the buildings use and escape routes available. Where buildings have been modified the revised layouts shall be used to determine the appropriate strategy while keeping to the original intended proposals as far as is possible. Occupancy levels shall be verified for each building. The fire strategies developed will be for a mixture of complex and Non-Complex arrangements depending on the building type, use occupancy level etc. The successful Subcontractor shall review and determine the complexity of the buildings, agree with the client and KBS and develop the strategies around these decisions.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-17653bce-c883-4097-9414-0ff389ed6c66
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8f200cc9-ee48-4887-8c90-8f05670ed0fc
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71317100 - Fire and explosion protection and control consultancy services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20263 days ago
Submission Deadline
Not specified
Future Notice Date
27 Apr 20262 months to go
Award Date
Not specified
Contract Period
2 Aug 2026 - 5 Jan 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 3LS
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ South East (England)

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-17653bce-c883-4097-9414-0ff389ed6c66-2026-03-19T09:52:08Z",
    "date": "2026-03-19T09:52:08Z",
    "ocid": "ocds-b5fd17-17653bce-c883-4097-9414-0ff389ed6c66",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8f200cc9-ee48-4887-8c90-8f05670ed0fc",
                "datePublished": "2026-03-19T09:52:08Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_524239/1560883",
        "title": "BLD0323-02 03 Fire Strategies Phase 2 & 3",
        "description": "Building Inspection & production of FIRE STRATEGY' REPORTS in accordance with the following. Building Regulations Part 'B' & all amendments. (This document is the primary document that PNB operates against) Regulatory reform [fire safety] Order COSHH Regulations. The 'Fire Strategy' investigations and production of fire strategy reports shall be carried out by a 'competent person' who shall meet the relevant experience and qualifications to produce comprehensively the requirements of this SoR. The fire strategists shall be qualified as follows: - Professional qualifications. Degree qualified and be Members or Fellow Members of the Institute of Fire Engineers Minimum of 10 years' experience in the field of 'Fire Strategy' reporting based on existing buildings. Have a working Knowledge of:- Experience with IOSH Managing Safely. Carry NEBOSH National General Certificate. Carry HABC Level 2 award in fire safety. BAFE registered. ISO9001 Loss Prevention Certification Board (LPPC).Fire Industry Association (FIA).United Kingdom Accredited Service (UKAS).FIRAS Certification. TRADA. The qualifications and verification of expertise and experience of proposed personnel shall be clearly defined as part of the tender procedure. Changes to the staff presented within the tender are only to be changed if agreed with the Project Manager at the time of the negotiations and contract awarded. It is important that the quality and relevant experience of team members is maintained throughout the contract until handover. All fire strategies shall take account of the buildings as built and the associated standards that were applicable at the time of the design and construction of the buildings. Where age of building is not known then best practice will be observed taking account of the buildings use and escape routes available. Where buildings have been modified the revised layouts shall be used to determine the appropriate strategy while keeping to the original intended proposals as far as is possible. Occupancy levels shall be verified for each building. The fire strategies developed will be for a mixture of complex and Non-Complex arrangements depending on the building type, use occupancy level etc. The successful Subcontractor shall review and determine the complexity of the buildings, agree with the client and KBS and develop the strategies around these decisions.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71317100",
            "description": "Fire and explosion protection and control consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "PO1 3LS"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2026-04-27T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2026-08-03T00:00:00+01:00",
            "endDate": "2028-01-05T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-CFS-238029",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Victory Building, Portsmouth Naval Base",
                "locality": "Portsmouth",
                "postalCode": "PO1 3LS",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "SCWaterfront@kbsmaritime.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-238029",
        "name": "Ministry of Defence"
    }
}