Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/8f200cc9-ee48-4887-8c90-8f05670ed0fc
19th March 2026 - Future opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}