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
-
https://www.find-tender.service.gov.uk/Notice/077886-2025
27th November 2025 - Preliminary market engagement notice on Find a Tender
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-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"
}