Notice Information
Notice Title
Supply Chain Notice: TXN0048-01 Armory & PES relocation RIBA 2
Notice Description
The Tenderer should be aware that the works detailed in this package are constrained due to the nature of the location they are to be conducted in. Therefore, completion of a NDA document is required prior to the release of further details. Project location - HM Naval Base Portsmouth The Contractor shall be expected to adhere by the HMNB site security requirements, all Contractors and Sub-Contractors shall be BPSS security vetted and will be required to hold the relevant site security passes. The Contractor shall be expected to hold the following levels of insurance PS10m Public Liability, PS10m Product Liability, PS5m Professional Indemnity, and if successful, to maintain JOSCAR registration and Cyber Essentials certificate. KBS Maritime - Introduction KBS Maritime is a joint venture between KBR and BAE Systems, bringing together two global players with a rich heritage of delivering excellence, innovation and reliability. The joint venture will combine the expertise of KBR as a global leader in infrastructure asset management and services with BAE Systems' experience and capability within Portsmouth Naval Base. KBS Maritime are delivering an ambitious, modern and enduring change to the Portsmouth Naval base infrastructure, securing investment in the local community and ensuring fit-for-purpose, world-leading fleet support for the Royal Navy and the UK in the decades ahead. Part of the UK Ministry of Defence's (MOD) Future Maritime Support Programme (FMSP), KBS Maritime will provide technology-led and data-driven facilities management and dockside services at the base. Project scope We require a contractor with design capability to develop a solution for a new armoury & Potential Explosive Site (PES) within Portsmouth Naval Base. The project to initially be taken to the end of Concept Design (RIBA Stage 2). The new facility to have a floor area of 50m2 to 120m2 to provide: - Workshop space - PES storage facility - Toilet and kitchen facilities - Loading bay for a single HGV The output should be in the form of an Assessment Study (AS) including cost plans, delivery programmes and costed risk registers that recommends a preferred option and outlines how that recommendation was reached against a short listed of propose alternative design solutions. The options considered shall include both the redevelopment of an existing building and a new purpose build structure. The AS should also be supported by stage and project appropriate: surveys, Sustainability Appraisal Workbook (including Whole Life Carbon Assessments for the viable options), Bio-Diversity Net Gain & DREAM assessments (list not intended to be exhaustive). Additional information: IMPORTANT: To express interest in this opportunity ref ITT TXN0048-01, please return a completed Supplier Questionnaire (SQ) together with the required copies of insurances, certifications and accreditations, and Non- Disclosure Agreement (NDA) by emailing SCBasePersonnel@kbsmaritime.com no later than 26/08/25. Please note, any expression of interest that does not include the completed documentation will be rejected. Closing Date: 21/08/2025 IMPORTANT: To express interest in this opportunity ref ITT TXN0048-01, please return a completed Supplier Questionnaire (SQ) together with the required copies of insurances, certifications and accreditations, and Non- Disclosure Agreement (NDA) by emailing SCBasePersonnel@kbsmaritime.com no later than 26/08/25. Please note, any expression of interest that does not include the completed documentation will be rejected. Closing Date: 21/08/2025
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7780afa9-5ce0-4654-ba6a-d975379c775d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/77e9bae3-3c2a-4e9f-a539-c78874544ffb
- 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
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71250000 - Architectural, engineering and surveying services
79311100 - Survey design services
79311200 - Survey conduction services
79314000 - Feasibility study
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Aug 20256 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 12 Aug 2025Expired
- Award Date
- Not specified
- Contract Period
- 5 Jan 2026 - 20 Mar 2026 1-6 months
- 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/77e9bae3-3c2a-4e9f-a539-c78874544ffb
14th August 2025 - 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-b5fd17-7780afa9-5ce0-4654-ba6a-d975379c775d-2025-08-14T07:16:24+01:00",
"date": "2025-08-14T07:16:24+01:00",
"ocid": "ocds-b5fd17-7780afa9-5ce0-4654-ba6a-d975379c775d",
"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/77e9bae3-3c2a-4e9f-a539-c78874544ffb",
"datePublished": "2025-08-14T07:16:06+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2025-08-14T07:16:24+01:00"
},
{
"id": "2",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c5191488-463f-4fc2-b05a-c879e481b761",
"format": "application/pdf"
},
{
"id": "3",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fd72a44c-6c84-4a1f-89f9-e35a2cbbb426",
"format": "application/pdf"
},
{
"id": "4",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0420a164-cca2-4cc4-b728-130a44ed6801",
"format": "application/pdf"
},
{
"id": "5",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a58bf3b5-fa56-404c-9739-5c9f0eee1dfb",
"format": "application/pdf"
},
{
"id": "6",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/54bc5970-8ef5-4562-a0b5-b1303ac7e191",
"format": "application/pdf"
},
{
"id": "7",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/916ce19d-e1cd-42ea-8e96-881dbdc6776d",
"format": "application/pdf"
},
{
"id": "8",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a0226061-f1ef-45b9-af9a-4d9cf15a4672",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"tender": {
"id": "tender_503162/1507458",
"title": "Supply Chain Notice: TXN0048-01 Armory & PES relocation RIBA 2",
"description": "The Tenderer should be aware that the works detailed in this package are constrained due to the nature of the location they are to be conducted in. Therefore, completion of a NDA document is required prior to the release of further details. Project location - HM Naval Base Portsmouth The Contractor shall be expected to adhere by the HMNB site security requirements, all Contractors and Sub-Contractors shall be BPSS security vetted and will be required to hold the relevant site security passes. The Contractor shall be expected to hold the following levels of insurance PS10m Public Liability, PS10m Product Liability, PS5m Professional Indemnity, and if successful, to maintain JOSCAR registration and Cyber Essentials certificate. KBS Maritime - Introduction KBS Maritime is a joint venture between KBR and BAE Systems, bringing together two global players with a rich heritage of delivering excellence, innovation and reliability. The joint venture will combine the expertise of KBR as a global leader in infrastructure asset management and services with BAE Systems' experience and capability within Portsmouth Naval Base. KBS Maritime are delivering an ambitious, modern and enduring change to the Portsmouth Naval base infrastructure, securing investment in the local community and ensuring fit-for-purpose, world-leading fleet support for the Royal Navy and the UK in the decades ahead. Part of the UK Ministry of Defence's (MOD) Future Maritime Support Programme (FMSP), KBS Maritime will provide technology-led and data-driven facilities management and dockside services at the base. Project scope We require a contractor with design capability to develop a solution for a new armoury & Potential Explosive Site (PES) within Portsmouth Naval Base. The project to initially be taken to the end of Concept Design (RIBA Stage 2). The new facility to have a floor area of 50m2 to 120m2 to provide: - Workshop space - PES storage facility - Toilet and kitchen facilities - Loading bay for a single HGV The output should be in the form of an Assessment Study (AS) including cost plans, delivery programmes and costed risk registers that recommends a preferred option and outlines how that recommendation was reached against a short listed of propose alternative design solutions. The options considered shall include both the redevelopment of an existing building and a new purpose build structure. The AS should also be supported by stage and project appropriate: surveys, Sustainability Appraisal Workbook (including Whole Life Carbon Assessments for the viable options), Bio-Diversity Net Gain & DREAM assessments (list not intended to be exhaustive). Additional information: IMPORTANT: To express interest in this opportunity ref ITT TXN0048-01, please return a completed Supplier Questionnaire (SQ) together with the required copies of insurances, certifications and accreditations, and Non- Disclosure Agreement (NDA) by emailing SCBasePersonnel@kbsmaritime.com no later than 26/08/25. Please note, any expression of interest that does not include the completed documentation will be rejected. Closing Date: 21/08/2025 IMPORTANT: To express interest in this opportunity ref ITT TXN0048-01, please return a completed Supplier Questionnaire (SQ) together with the required copies of insurances, certifications and accreditations, and Non- Disclosure Agreement (NDA) by emailing SCBasePersonnel@kbsmaritime.com no later than 26/08/25. Please note, any expression of interest that does not include the completed documentation will be rejected. Closing Date: 21/08/2025",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311200",
"description": "Survey conduction services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "PO1 3LS"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"postalCode": "PO1 3LS"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 150000,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2025-08-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00Z",
"endDate": "2026-03-20T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
}
},
"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": "SCBasePersonnel@kbsmaritime.com"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-238029",
"name": "Ministry of Defence"
}
}