Planning

Building Safety Higher Risk Buildings Framework

PORTSMOUTH CITY COUNCIL

This public procurement record has 2 releases in its history.

Planning

26 Mar 2026 at 17:33

Planning

18 Dec 2025 at 16:10

Summary of the contracting process

```html

Portsmouth City Council is preparing to tender a substantial framework focused on enhancing building safety for higher-risk residential buildings within the Portsmouth area. This procurement process involves the establishment of a framework that could extend over a period of four to six years, valued between £60 million and £120 million. The procurement stage is currently in the 'planned' phase, with the Council intending to commence procurement activities in April 2026, aiming for award decisions by August 2026. The first project is slated to commence on-site in May 2027. This framework encompasses a range of construction and safety works, including fire prevention, building fittings, and the installation of safety systems. Key procurement details include an open procurement method and a location focus on Portsmouth and its surrounding areas, benefiting local communities in the United Kingdom.

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

Notice Title

Building Safety Higher Risk Buildings Framework

Notice Description

Portsmouth City Council (the Council) is issuing this notice as it is planning to issue a tender to establish a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. It is anticipated that the framework will be established for an initial 4-year period, with the option to extend by up to a further 2 years in intervals to be agreed. The framework will have an estimate value range of PS60m - PS120m of work that may be procured through the procurement route based upon the Building Safety Programme for 2025 to 2030. The framework, although primarily for delivery of projects that cover high rise buildings with higher construction value works, will also cover low - medium rise blocks in order to package up phases of work by consideration of geography. The Council do however anticipate that approximately 70% of low-medium rise blocks building safety projects will be let via other arrangements including for the existing and re-tendered framework agreements held by the Council & the Council's term service maintenance contracts. It is not proposed to set a minimum or maximum project value for call offs, as whilst the contract value ranges may differ the core work is of a similar nature, ie. of high complexity, requiring a high level of engagement from the contractor with the majority of the projects utilising design and build and requiring significant resident engagement. The Council's Standard Framework Agreement will be used for the overarching framework. Most call-off contracts will be let using JCT Pre-Construction Agreement for 1st stage pre-construction activities and the JCT Design & Build Contact for 2nd stage construction works. However, the Council is considering allowing for use of the full suite of JCT contracts. It is the Council's intention to commence the procurement in April 2026 to allow for award in August 2026 ahead of the commencement of the first project on site in May 2027. To streamline procurement of contractors and allow high rise programme to be accelerated the Council intends to establish a single framework consisting of 3- 4 suppliers on the primary tier and 2-3 suppliers on a reserve tier to provide contingency in the event of performance and / or capacity issues. The Council is intending to invite proposals for Millgate House, as part of the tendering process to establish the framework agreement with the highest ranked framework contractor being awarded a call-off package of work including the Millgate House project. Should up to the next 3 highest ranked suppliers achieve a score within a percentage of the highest-ranking supplier, it is also the council's intention to award a call off package of work to each of these suppliers also. In total the Council anticipates partnering with up to 4 contractors who will work on a pipeline package of multiple projects, including the Design, Construction and compliance with legal and regulatory authorities such as the Building Safety Regulator. It is anticipated that each pipeline package will consist of 3 - 5 projects of varying individual complexities, with anticipated value ranging from PS8M initially up to approximately PS30M, with higher end value subject to business case sign off of later stages and subject to package contractor performance. Overall, the packages offered will be of equal value and complexity to each other. The Council's intention is that contractors will be required to meet minimum performance KPIs to be awarded further works within the Pipeline. Beyond allocation of packages from the original tender process, the council will also reserve the right to award further work via mini competition or direct award on basis of: - ranking - subsequent linked work phases - application of framework rates basis - enabling continuity of work force during BSR period Local Government Review As part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbouring authorities to explore potential opportunities for collaboration, shared service delivery, and governance alignment. While this engagement is ongoing, no formal decisions or agreements have been reached at this stage. The likely impacts of Local Government Review are being considered and will be included for within the estimate total value of the opportunity, with full details to be provided when the formal tender notice is issued. Portsmouth City Council & Successor Unitary Authority established as result of Local Government Re-organisation which will likely broadly cover Portsmouth, Gosport, Fareham & Havant boundaries. Gosport Borough Council, Fareham Borough Council and Havant Borough Council will also be able to utilise the framework in advance of the new unitary authority vesting on 1st April 2028. In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority. For further details in respect of LGR see the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for- local-government-reorganisation/ Core Scope of Works The core scope of works will include but not limited to: Fire Stopping New Compartment Walls New Communal Fire Door Sets New Fire Rated Property Entrance Doors (External and Internal) Class B-s1, d0 Communal Decoration Installation of External Wall Systems Fire Rated Window Replacement Walkway / Balcony Railing Repair / Replacement Installation of Emergency Lighting Installation of Fire Alarm Systems Installation of Evacuation Alert Systems Solar Panel Remediations Installation of AOVs Ventilation Repairs / Improvements Installation of Sprinklers Dry/Wet Riser Installation / Replacement Establishment Project Details Mill Gate House (1-76) Remediation project will be used to establish the framework. This is a complex fire project, involving a resident decant, that is typical of the work to be procured through the framework. Value estimate is PS1.5m. A two stage D&B Procurement process will be used, with contractor to provide PCSA costs, schedule of rates and quality submission under a JCT PCSA contract followed by a JCT Design and Build 2024 contract. Mill Gate House Project Programme: * Tender: April 2026 * On site: 01/03/2027 * Complete: 05/05/2028

Lot Information

Lot 1

Renewal: The framework will be established for an initial period of 4-years, with the option to extend for a further 2 years, up to a maximum 6-year duration in total. The extension may be required as contingency in case the programme of works experiences unforeseen delays due to regulatory approvals, alterations to works or changes in further demand.

Planning Information

Portsmouth City Council (The 'Council') have published this Pre Market Engagement (PME) Notice to seek assistance from the market to understand the market's interest, capacity, current & future capability and opinion on options for the development of a procurement strategy and tender documentation to meet needs, objectives, statutory obligations and best value duties for the establishment of a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. The Council is seeking to engage with appropriately qualified & experienced contractors, or contractors that are not yet qualified & experienced but can evidence relevant business development activities. The council will be running a hybrid briefing (In person at Civic Offices, Portsmouth and via Teams) on the 16th January 2026 at 09:00. Interested parties are encouraged to attend this briefing as it will present an opportunity to better understand the proposed framework. The Council will be recording the meeting to subsequently make this available as part of the PME pack via In-Tend. To attend virtually, please use the link in the PME briefing document, if you wish to attend in person, contractors are to contact the Council using the correspondence function on In-Tend . If you wish to join in person then it is anticipated that the meeting will be held in the Civic Offices, the location is liable to change depending on the demand to attend in person. If there is a change in venue you will be notified via the correspondence function on In-Tend. Any questions and answers from this event will be recorded via separate clarification log and will be published to In-Tend for all contractors to access, unless deemed commercially sensitive. The suggested agenda is: 09:00 to 09:10 - Introduction 09:10 to 09:30 - PCC Presentation 09:30 to 10:00 - Questions and Answers Contractors are not limited to the number of delegates and should submit their request to attend in person no later than the 15th January 2026. PME PROGRAMME The Council's process and timetable for undertaking the PME process is: 1. Issue PME Notice on Find a Tender Service 18/12/25 2. Publish PME Documents on In-Tend 18/12/2025 3. Deadline to confirm attendance in person. 15/01/26 4. Hybrid PME Event 16/01/26 5. Deadline for 1-1 Meetings EoI 23/01/26 6. 1-1 Engagement Meetings 26/01/26 - 06/02/26 The Council will administrate the preliminary market engagement and process using its e-sourcing system In-Tend. For further details, communications and to express an interest please register / access Intend via link: https://in-tendhost.co.uk/portsmouthcc/aspx/home BRIEFING The Council is inviting all interested contractors to a PME Briefing on 16th January 2026 to better understand the proposed framework. Contractors are welcome to join via Teams or in person at the Civic Offices, Portsmouth. Joining details are set out within the PME Briefing document in InTend. 1-1 MEETINGS Also, the Council is inviting suitably qualified and experienced contractors to take part in exploratory 1-1 online TEAMS meetings which will take place between 26th January 2026 and the 6th February 2026. The Council currently has eight slots available, each slot being an hour and fifteen minutes in length. The 1-1 slots available are set out within the PME Briefing document in InTend and will be allocated on a first come first served basis to Contractors. Interested contractors should submit via In-Tend by no later than Friday 23rd January 2026 at 15:00 a completed Expression of Interest (EOI) and Conflict of Interest (COI) forms accessible via the council's e-sourcing system In-Tend in order to book a 1-1 slot. Contractors should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. A summary of the PME feedback will be shared with all contractors that participate in the 1:1's or events, for review prior to its publication with the subsequent procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f99b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028201-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

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

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services


CPV Codes

31518200 - Emergency lighting equipment

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

34928470 - Signage

35111500 - Fire suppression system

44112000 - Miscellaneous building structures

44115000 - Building fittings

44165000 - Hoses, risers and sleeves

44212381 - Cladding

44221220 - Fire doors

44480000 - Miscellaneous fire-protection equipment

45100000 - Site preparation work

45210000 - Building construction work

45262650 - Cladding 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

51100000 - Installation services of electrical and mechanical equipment

51700000 - Installation services of fire protection equipment

71300000 - Engineering services

71500000 - Construction-related services

71600000 - Technical testing, analysis and consultancy services

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£120,000,000 £100M-£1B
Lots Value
£120,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Mar 20264 weeks ago
Submission Deadline
5 Jun 20262 months to go
Future Notice Date
27 Apr 20263 days to go
Award Date
Not specified
Contract Period
20 Aug 2026 - 20 Aug 2030 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
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 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

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-05f99b-2026-03-26T17:33:07Z",
    "date": "2026-03-26T17:33:07Z",
    "ocid": "ocds-h6vhtk-05f99b",
    "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": {
                "name": "Procurement Service",
                "email": "procurement@portsmouthcc.gov.uk",
                "telephone": "+442392688235"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCNL-5714-PRZV",
        "name": "Portsmouth City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Portsmouth City Council (The 'Council') have published this Pre Market Engagement (PME) Notice to seek assistance from the market to understand the market's interest, capacity, current & future capability and opinion on options for the development of a procurement strategy and tender documentation to meet needs, objectives, statutory obligations and best value duties for the establishment of a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. The Council is seeking to engage with appropriately qualified & experienced contractors, or contractors that are not yet qualified & experienced but can evidence relevant business development activities. The council will be running a hybrid briefing (In person at Civic Offices, Portsmouth and via Teams) on the 16th January 2026 at 09:00. Interested parties are encouraged to attend this briefing as it will present an opportunity to better understand the proposed framework. The Council will be recording the meeting to subsequently make this available as part of the PME pack via In-Tend. To attend virtually, please use the link in the PME briefing document, if you wish to attend in person, contractors are to contact the Council using the correspondence function on In-Tend . If you wish to join in person then it is anticipated that the meeting will be held in the Civic Offices, the location is liable to change depending on the demand to attend in person. If there is a change in venue you will be notified via the correspondence function on In-Tend. Any questions and answers from this event will be recorded via separate clarification log and will be published to In-Tend for all contractors to access, unless deemed commercially sensitive. The suggested agenda is: 09:00 to 09:10 - Introduction 09:10 to 09:30 - PCC Presentation 09:30 to 10:00 - Questions and Answers Contractors are not limited to the number of delegates and should submit their request to attend in person no later than the 15th January 2026. PME PROGRAMME The Council's process and timetable for undertaking the PME process is: 1. Issue PME Notice on Find a Tender Service 18/12/25 2. Publish PME Documents on In-Tend 18/12/2025 3. Deadline to confirm attendance in person. 15/01/26 4. Hybrid PME Event 16/01/26 5. Deadline for 1-1 Meetings EoI 23/01/26 6. 1-1 Engagement Meetings 26/01/26 - 06/02/26 The Council will administrate the preliminary market engagement and process using its e-sourcing system In-Tend. For further details, communications and to express an interest please register / access Intend via link: https://in-tendhost.co.uk/portsmouthcc/aspx/home BRIEFING The Council is inviting all interested contractors to a PME Briefing on 16th January 2026 to better understand the proposed framework. Contractors are welcome to join via Teams or in person at the Civic Offices, Portsmouth. Joining details are set out within the PME Briefing document in InTend. 1-1 MEETINGS Also, the Council is inviting suitably qualified and experienced contractors to take part in exploratory 1-1 online TEAMS meetings which will take place between 26th January 2026 and the 6th February 2026. The Council currently has eight slots available, each slot being an hour and fifteen minutes in length. The 1-1 slots available are set out within the PME Briefing document in InTend and will be allocated on a first come first served basis to Contractors. Interested contractors should submit via In-Tend by no later than Friday 23rd January 2026 at 15:00 a completed Expression of Interest (EOI) and Conflict of Interest (COI) forms accessible via the council's e-sourcing system In-Tend in order to book a 1-1 slot. Contractors should note that there is no obligation to take part in this exercise and that if they do not take part, it will not preclude them from any subsequent related procurement process, and this is in no way an indication of the selection of any organisation or a guarantee of future work. A summary of the PME feedback will be shared with all contractors that participate in the 1:1's or events, for review prior to its publication with the subsequent procurement.",
                "dueDate": "2026-02-10T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "084583-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084583-2025",
                "datePublished": "2025-12-18T16:10:13Z",
                "format": "text/html"
            },
            {
                "id": "028201-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028201-2026",
                "datePublished": "2026-03-26T17:33:07Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05f99b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Building Safety Higher Risk Buildings Framework",
        "description": "Portsmouth City Council (the Council) is issuing this notice as it is planning to issue a tender to establish a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. It is anticipated that the framework will be established for an initial 4-year period, with the option to extend by up to a further 2 years in intervals to be agreed. The framework will have an estimate value range of PS60m - PS120m of work that may be procured through the procurement route based upon the Building Safety Programme for 2025 to 2030. The framework, although primarily for delivery of projects that cover high rise buildings with higher construction value works, will also cover low - medium rise blocks in order to package up phases of work by consideration of geography. The Council do however anticipate that approximately 70% of low-medium rise blocks building safety projects will be let via other arrangements including for the existing and re-tendered framework agreements held by the Council & the Council's term service maintenance contracts. It is not proposed to set a minimum or maximum project value for call offs, as whilst the contract value ranges may differ the core work is of a similar nature, ie. of high complexity, requiring a high level of engagement from the contractor with the majority of the projects utilising design and build and requiring significant resident engagement. The Council's Standard Framework Agreement will be used for the overarching framework. Most call-off contracts will be let using JCT Pre-Construction Agreement for 1st stage pre-construction activities and the JCT Design & Build Contact for 2nd stage construction works. However, the Council is considering allowing for use of the full suite of JCT contracts. It is the Council's intention to commence the procurement in April 2026 to allow for award in August 2026 ahead of the commencement of the first project on site in May 2027. To streamline procurement of contractors and allow high rise programme to be accelerated the Council intends to establish a single framework consisting of 3- 4 suppliers on the primary tier and 2-3 suppliers on a reserve tier to provide contingency in the event of performance and / or capacity issues. The Council is intending to invite proposals for Millgate House, as part of the tendering process to establish the framework agreement with the highest ranked framework contractor being awarded a call-off package of work including the Millgate House project. Should up to the next 3 highest ranked suppliers achieve a score within a percentage of the highest-ranking supplier, it is also the council's intention to award a call off package of work to each of these suppliers also. In total the Council anticipates partnering with up to 4 contractors who will work on a pipeline package of multiple projects, including the Design, Construction and compliance with legal and regulatory authorities such as the Building Safety Regulator. It is anticipated that each pipeline package will consist of 3 - 5 projects of varying individual complexities, with anticipated value ranging from PS8M initially up to approximately PS30M, with higher end value subject to business case sign off of later stages and subject to package contractor performance. Overall, the packages offered will be of equal value and complexity to each other. The Council's intention is that contractors will be required to meet minimum performance KPIs to be awarded further works within the Pipeline. Beyond allocation of packages from the original tender process, the council will also reserve the right to award further work via mini competition or direct award on basis of: - ranking - subsequent linked work phases - application of framework rates basis - enabling continuity of work force during BSR period Local Government Review As part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbouring authorities to explore potential opportunities for collaboration, shared service delivery, and governance alignment. While this engagement is ongoing, no formal decisions or agreements have been reached at this stage. The likely impacts of Local Government Review are being considered and will be included for within the estimate total value of the opportunity, with full details to be provided when the formal tender notice is issued. Portsmouth City Council & Successor Unitary Authority established as result of Local Government Re-organisation which will likely broadly cover Portsmouth, Gosport, Fareham & Havant boundaries. Gosport Borough Council, Fareham Borough Council and Havant Borough Council will also be able to utilise the framework in advance of the new unitary authority vesting on 1st April 2028. In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority. For further details in respect of LGR see the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for- local-government-reorganisation/ Core Scope of Works The core scope of works will include but not limited to: Fire Stopping New Compartment Walls New Communal Fire Door Sets New Fire Rated Property Entrance Doors (External and Internal) Class B-s1, d0 Communal Decoration Installation of External Wall Systems Fire Rated Window Replacement Walkway / Balcony Railing Repair / Replacement Installation of Emergency Lighting Installation of Fire Alarm Systems Installation of Evacuation Alert Systems Solar Panel Remediations Installation of AOVs Ventilation Repairs / Improvements Installation of Sprinklers Dry/Wet Riser Installation / Replacement Establishment Project Details Mill Gate House (1-76) Remediation project will be used to establish the framework. This is a complex fire project, involving a resident decant, that is typical of the work to be procured through the framework. Value estimate is PS1.5m. A two stage D&B Procurement process will be used, with contractor to provide PCSA costs, schedule of rates and quality submission under a JCT PCSA contract followed by a JCT Design and Build 2024 contract. Mill Gate House Project Programme: * Tender: April 2026 * On site: 01/03/2027 * Complete: 05/05/2028",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31518200",
                        "description": "Emergency lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928470",
                        "description": "Signage"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115000",
                        "description": "Building fittings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44165000",
                        "description": "Hoses, risers and sleeves"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212381",
                        "description": "Cladding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44221220",
                        "description": "Fire doors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262650",
                        "description": "Cladding 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": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 144000000,
            "amount": 120000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 7,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Gosport Borough Council, Fareham Borough Council and Havant Borough Council will be able to utilise the framework in advance of the new unitary authority vesting on 1st April 2028. Portsmouth City Council & Successor Unitary Authority established as result of Local Government Re-organisation. It is anticipated this will include Portsmouth, Gosport, Fareham & Havant boundaries.",
                "description": "Portsmouth City Council (the 'Council') undertook a Preliminary Market Engagement (PME) exercise on 18th December 2026. FTS reference 2025/S 000-084583. The Council's main aim in undertaking the PME was to understand the market's interest, capacity, current & future capability and opinion on options for the development of a procurement strategy and tender documentation to meet needs, objectives, statutory obligations and best value duties for the establishment of a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. Feedback Highlights Following a number of 1-1 meetings and responses to questionnaires, analysis of the supplier feedback and a review of the risks and benefits was undertaken, concluding the following: Feedback from suppliers indicates increased interest in tendering for these contracts as a package / pipeline of works rather than on an individual mini-competition basis. There appears to be a larger market of suppliers who are capable of tendering for these contracts who have capacity and the required level of direct delivery of building safety experience, than initially anticipated. It is the Council's intention to set the Conditions of Participation (experience, insurance etc. as detailed within this notice) at a level that enables contractors with this level of delivery experience to be taken forward. There was interest from all who participated in taking on works for medium / low rise buildings. Those that were keen on undertaking a pipeline of work stated that it would enable continuity of work force during BSR wait periods and others, particularly smaller or those contractors with less experience on higher rise blocks were interested in these works as one off pieces of work. Following completion of the PME processes, the Council has produced a summary report that will be available within the tender pack. The Council now intends to undertake procurement process for the framework inline with the following summary programme - ITT published via Intend 27th April 2026 Issue Contract Notice on fts 27th April 2026 Site visits and bidders' session 27th April - 15th May 2026 Deadline for clarifications 29th May 2026 Tender return deadline 5th June 2026 Notification of award 3rd July 2026 End of standstill period 15th July 2026 Start of Section 20 period 6th July 2026 End of Section 20 Notice period 4th August 2026 Framework Award Confirmation 5th August 2026 Framework Execution 21st August 2026 The Council will run this procurement using the Open Procedures, which will be akin to the Open Procedure under the Public Contracts Regulations (2015), with one stage, consisting of both - Conditions of Participation Suppliers that meet the necessary technical, financial, and operational capabilities required for the framework. Invitation to Tender (ITT) Suppliers are invited to submit detailed proposals, including price, delivery methodology, etc. To be confirmed within the tender notice, however the Council is likely to award the project and framework on a 30% cost / 70% quality split. However, discussions will take place to establish the suitability of this split and the possibility of movement of + / - 10%. It is currently considered that the quality criteria will most likely consist of criteria including: * Technical Method Statements * Design Development * Resident Engagement * Team and Resource Management * Delivery and Programme Management * Risk Management * Cost Management * Social Value Cost * PCSA Design costs * Standard Rates * OHP (OHP split for direct delivery and sub-delivery) All of the above will be based upon submissions for the establishment project (Mill Gate). The council may also consider the use of interviews and site visits, on a verification and due diligence basis. The procurement process will also consider the viewpoint of residents at every stage including for development of requirements and assessment of resident engagement proposals.",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKJ35"
                            ]
                        }
                    }
                ]
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-21T00:00:00+01:00",
                    "endDate": "2030-08-20T23:59:59+01:00",
                    "maxExtentDate": "2032-08-20T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned",
                "value": {
                    "amountGross": 144000000,
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "These criteria will be refined at contract tender, however please refer to the 'Framework Operation' within the Framework section for further details.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "These criteria will be refined at contract tender, however please refer to the 'Framework Operation' within the Framework section for further details.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "To be confirmed at contract tender notice, however it is anticipated this will include the requirement to have or be able to attain: Insurances and liabilities o Public and Products Liability Insurance - Minimum of PS10 million on any one claim and in the annual aggregate for products liability, without limitation to the number of claims. o Professional Indemnity Insurance - Minimum of PS5 million on any one claim o Employers Liability Insurance - Minimum of PS10 million on any one claim, without limitation to the number of claims. o liability cap for uninsured risk per contract - Minimum of 120% of contract value Economic Financial Standing o Turnover - Minimum of PS10 Million"
                        },
                        {
                            "type": "technical",
                            "description": "To be confirmed at contract tender notice, however it is anticipated this will include the requirement to have; Technical Ability * Direct experience of the BSR process, demonstrating approval of gateway 2. * Experience of delivering significant fire safety works to a value of at least PS750,000, including for residential fire remediation work and resident engagement on Higher-Risk Building (HRB) - i.e. on a building at least 18 meters high or with at least 7 stories, containing at least two residential units. * Experience of delivering significant fire safety works on either a full design & build basis or subject to contractors design portions. * Experience of working on contracts as Principal Contractor on a two-stage open book basis. * Experience of work similar to the Millgate House project in terms of scope, value and building height, type & construction. Quality Assurance Accreditation o BAFE or equivalent o FIA or equivalent o ISO 14001 or equivalent o ISO 9001 or equivalent Health and Safety Accreditation o Membership of a SSIP scheme or equivalent"
                        }
                    ]
                },
                "renewal": {
                    "description": "The framework will be established for an initial period of 4-years, with the option to extend for a further 2 years, up to a maximum 6-year duration in total. The extension may be required as contingency in case the programme of works experiences unforeseen delays due to regulatory approvals, alterations to works or changes in further demand."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-27T23:59:59+01:00"
        },
        "status": "planned",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Council will administrate the tender using its e-sourcing system In-Tend. For further details, communications and to submit please register / access Intend via link: https://in-tendhost.co.uk/portsmouthcc/aspx/home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-05T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-29T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-03T23:59:59+01:00"
        }
    },
    "language": "en"
}