Planning

Primary Contractor Framework

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Planning

27 Nov 2025 at 18:20

Summary of the contracting process

Portsmouth City Council is in the planning stage of initiating a Pre Market Engagement (PME) for a Primary Contractor Framework in the building works category. The objective is to oversee and manage various multi-disciplinary project works primarily for building services within their diverse property portfolio located in and around Portsmouth, United Kingdom (region UKJ31). Important pre-engagement milestones include the PME Questionnaire Submission Deadline set for 19th December 2025. The council aims to finalise contractual agreements for the new framework by mid-July 2026, with the framework execution anticipated by late July 2026. It is valued at approximately £10 million to £20 million per annum, and the framework is expected to span four years starting from 31st July 2026, potentially extending by two additional years depending on conditions.

This opportunity provides significant growth prospects for businesses in the construction and building maintenance sectors, particularly those capable of executing varied building services and maintenance tasks. The forthcoming framework is suitable for SMEs, with one primary lot covering both lower and higher-value work packages. Contractors specialising in building construction, repair services, or extensions, and those with experience managing projects within social housing schemes or public assets such as libraries, leisure centres, and schools, could find this tender especially advantageous. The framework will also be potentially accessible to several local authorities in South Hampshire and the Isle of Wight, allowing for broad participation and enhanced competition in the region.

How relevant is this notice?

Notice Information

Notice Title

Primary Contractor Framework

Notice Description

Portsmouth City Council (the 'Council') is undertaking this Pre Market Engagement (PME) exercise as part of the establishment of a Primary Contractor Framework. The framework will be used to undertake a range of multi-disciplinary project work, with contractors taking on the role of Principal Contractor to oversee and manage building work projects, primarily for Building Services within PCC with works generally being undertaken to the Council's portfolio of properties. The Council currently has a Primary Contractor Framework, that is due to expire on 31/07/2026. It is currently estimated that the new Primary Contractor Framework will have an approximate value of PS10m-PS20m per annum. It is anticipated that during the 4 year initial period of the framework PS60m spend will be through Portsmouth City Council properties. Additional headroom has been added to allow for anticipated spend if additional properties are added through any local government reorganisation or other external use of the framework, however there is no commitment or guarantee of this additional spend. The new framework will run for an initial 4 years from 01/08/2026. The Council are considering inclusion of an extension for a further 2 years to account for any known risks around Local Government Reorganisation and Legislative change. The council is planning to establish the new Primary Contractor framework with only 1 Lot associated with it. This lot will cover all works of both lower and higher value packages of works. The framework will be comprised of a primary tier of 5 contractors and secondary tier of 7 contractors to provide contingency and ongoing competition. The Framework will serve as the primary route to procure building maintenance projects for Building Services within PCC with works generally being undertaken to the Councils portfolio of nearly 17,500 social housing and leasehold properties and 900 corporate assets. In addition to use on PCC assets, the Framework may be used by PCC when undertaking work on behalf of other public sector clients within South Hampshire and the Isle of Wight. The Framework may also be accessed directly by the following Contracting Authorities: * Havant Borough Council * Fareham Borough Council * Gosport Borough Council The type of works, scale and buildings will be similar to those within the PCC property portfolio. Typically works will involve planned maintenance activities to properties including but not limited to; * External and communal decoration * Window replacement * Roofing replacement * Fire safety works * Electrical works * Fencing * External repair to brickwork and concrete structures In additional to planned maintenance works other projects may involve; * Conversion of properties * Refurbishment of properties * Extensions * Disabled adaptations * New build New regulations imposed under the Building Safety Act will result in a specific works programme for high risk buildings particularly around: * Fire safety * Structural safety The majority of projects, around 60%, will be to the Councils social housing portfolio where residents usually remain in occupation for the duration of works. The remaining 40% of projects are to properties within the Councils varied corporate property portfolio, this includes properties such as; * Schools * Libraries * Leisure centres * Community Centres * Cultural assets * Shops Works will generally be of low value (c PS350k- PS500k) and of low complexity to buildings of less than six storeys. Although there may be occasions where higher value or more complex projects are required. The Council are intending to run the subsequent envisaged tender process under the following Procurement Programme: ITT / Contract Notice issued Mid/Late Jan 2026 Site visits and bidders session Mid Feb 2026 Deadline for clarifications Mid March 2026 Tender return deadline Late March 2026 Notification of award Early June 2026 End of standstill period (8 working days) Mid June 2026 Start of Section 20 period Mid June 2026 End of Section 20 Notice period Mid July 2026 Framework Award Confirmation Mid July 2026 Framework Execution Late July 2026

Planning Information

The Council have published this Pre Market Engagement (PME) Notice in accordance with the Procurement Act 2023. The Council's aim in undertaking this PME exercise is to understand the market's interest, capacity, capability, with a view to developing the procurement strategy and tender documentation to meet needs, objectives, statutory obligations and best value duties. The Council is running the Preliminary Market Engagement process and activities in line with the summary programme set out below: • Issue PME Notice - 27th Nov2025 • PME Questionnaire Clarification deadline - 12th Dec 2025 • PME Questionnaire Submission Deadline - 19th Dec 2025 The Council will administrate the preliminary market engagement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home Suppliers who are not already registered on the In-tend system will need to register their details to access the documentation, raise clarification requests and return the questionnaire submissions. The Council is requesting suppliers to read through the PME Briefing document & to view the PME briefing presentation (Both available via Intend), to gain a better understanding of the proposed framework. and then to provide feedback by completing the questionnaire and returning it in Word format via the InTend correspondence function by 19th December 2025. Suppliers are encouraged but not obliged to complete the questionnaire. Suppliers that do not take part, will not be precluded from any subsequent related procurement process. Engaging suppliers will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. Suppliers will have the ability to submit the questionnaire past the deadline above. However, if questionnaires are not submitted by this deadline the Council may not be able to use the information provided and subsequently take this into account as part of the analysis or PME Summary produced. For full details of the PME process and documentation suppliers should refer to InTend.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05eaa0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/077886-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

44112000 - Miscellaneous building structures

44115000 - Building fittings

45100000 - Site preparation work

45210000 - Building construction work

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45400000 - Building completion work

45500000 - Hire of construction and civil engineering machinery and equipment with operator

50700000 - Repair and maintenance services of building installations

71200000 - Architectural and related services

71300000 - Engineering services

71420000 - Landscape architectural services

71500000 - Construction-related services

71600000 - Technical testing, analysis and consultancy services

Notice Value(s)

Tender Value
£104,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Nov 20251 weeks ago
Submission Deadline
Not specified
Future Notice Date
23 Jan 20262 months to go
Award Date
Not specified
Contract Period
30 Jul 2026 - 30 Jul 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
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
TLJ31 Portsmouth, TLJ35 South Hampshire

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-h6vhtk-05eaa0-2025-11-27T18:20:04Z",
    "date": "2025-11-27T18:20:04Z",
    "ocid": "ocds-h6vhtk-05eaa0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCNL-5714-PRZV",
            "name": "Portsmouth City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNL-5714-PRZV"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "postalCode": "PO1 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "procurement@portsmouthcc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCNL-5714-PRZV",
        "name": "Portsmouth City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Council have published this Pre Market Engagement (PME) Notice in accordance with the Procurement Act 2023. The Council's aim in undertaking this PME exercise is to understand the market's interest, capacity, capability, with a view to developing the procurement strategy and tender documentation to meet needs, objectives, statutory obligations and best value duties. The Council is running the Preliminary Market Engagement process and activities in line with the summary programme set out below: * Issue PME Notice - 27th Nov2025 * PME Questionnaire Clarification deadline - 12th Dec 2025 * PME Questionnaire Submission Deadline - 19th Dec 2025 The Council will administrate the preliminary market engagement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home Suppliers who are not already registered on the In-tend system will need to register their details to access the documentation, raise clarification requests and return the questionnaire submissions. The Council is requesting suppliers to read through the PME Briefing document & to view the PME briefing presentation (Both available via Intend), to gain a better understanding of the proposed framework. and then to provide feedback by completing the questionnaire and returning it in Word format via the InTend correspondence function by 19th December 2025. Suppliers are encouraged but not obliged to complete the questionnaire. Suppliers that do not take part, will not be precluded from any subsequent related procurement process. Engaging suppliers will not receive preferential treatment in any subsequent tender process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. Suppliers will have the ability to submit the questionnaire past the deadline above. However, if questionnaires are not submitted by this deadline the Council may not be able to use the information provided and subsequently take this into account as part of the analysis or PME Summary produced. For full details of the PME process and documentation suppliers should refer to InTend.",
                "dueDate": "2025-12-19T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "077886-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077886-2025",
                "datePublished": "2025-11-27T18:20:04Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05eaa0",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Primary Contractor Framework",
        "description": "Portsmouth City Council (the 'Council') is undertaking this Pre Market Engagement (PME) exercise as part of the establishment of a Primary Contractor Framework. The framework will be used to undertake a range of multi-disciplinary project work, with contractors taking on the role of Principal Contractor to oversee and manage building work projects, primarily for Building Services within PCC with works generally being undertaken to the Council's portfolio of properties. The Council currently has a Primary Contractor Framework, that is due to expire on 31/07/2026. It is currently estimated that the new Primary Contractor Framework will have an approximate value of PS10m-PS20m per annum. It is anticipated that during the 4 year initial period of the framework PS60m spend will be through Portsmouth City Council properties. Additional headroom has been added to allow for anticipated spend if additional properties are added through any local government reorganisation or other external use of the framework, however there is no commitment or guarantee of this additional spend. The new framework will run for an initial 4 years from 01/08/2026. The Council are considering inclusion of an extension for a further 2 years to account for any known risks around Local Government Reorganisation and Legislative change. The council is planning to establish the new Primary Contractor framework with only 1 Lot associated with it. This lot will cover all works of both lower and higher value packages of works. The framework will be comprised of a primary tier of 5 contractors and secondary tier of 7 contractors to provide contingency and ongoing competition. The Framework will serve as the primary route to procure building maintenance projects for Building Services within PCC with works generally being undertaken to the Councils portfolio of nearly 17,500 social housing and leasehold properties and 900 corporate assets. In addition to use on PCC assets, the Framework may be used by PCC when undertaking work on behalf of other public sector clients within South Hampshire and the Isle of Wight. The Framework may also be accessed directly by the following Contracting Authorities: * Havant Borough Council * Fareham Borough Council * Gosport Borough Council The type of works, scale and buildings will be similar to those within the PCC property portfolio. Typically works will involve planned maintenance activities to properties including but not limited to; * External and communal decoration * Window replacement * Roofing replacement * Fire safety works * Electrical works * Fencing * External repair to brickwork and concrete structures In additional to planned maintenance works other projects may involve; * Conversion of properties * Refurbishment of properties * Extensions * Disabled adaptations * New build New regulations imposed under the Building Safety Act will result in a specific works programme for high risk buildings particularly around: * Fire safety * Structural safety The majority of projects, around 60%, will be to the Councils social housing portfolio where residents usually remain in occupation for the duration of works. The remaining 40% of projects are to properties within the Councils varied corporate property portfolio, this includes properties such as; * Schools * Libraries * Leisure centres * Community Centres * Cultural assets * Shops Works will generally be of low value (c PS350k- PS500k) and of low complexity to buildings of less than six storeys. Although there may be occasions where higher value or more complex projects are required. The Council are intending to run the subsequent envisaged tender process under the following Procurement Programme: ITT / Contract Notice issued Mid/Late Jan 2026 Site visits and bidders session Mid Feb 2026 Deadline for clarifications Mid March 2026 Tender return deadline Late March 2026 Notification of award Early June 2026 End of standstill period (8 working days) Mid June 2026 Start of Section 20 period Mid June 2026 End of Section 20 Notice period Mid July 2026 Framework Award Confirmation Mid July 2026 Framework Execution Late July 2026",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115000",
                        "description": "Building fittings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45500000",
                        "description": "Hire of construction and civil engineering machinery and equipment with operator"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71420000",
                        "description": "Landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 130000000,
            "amount": 104000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-31T00:00:00+01:00",
                    "endDate": "2030-07-30T23:59:59+01:00",
                    "maxExtentDate": "2032-07-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-23T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}