Planning

Building Safety - Higher Risk Building Framework

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Planning

18 Dec 2025 at 16:10

Summary of the contracting process

Portsmouth City Council is in the planning stage for establishing a framework to address building safety projects in several higher risk residential buildings in and around the Portsmouth area. This initiative involves a series of preliminary market engagements commencing with a hybrid briefing event scheduled for 16th January 2026. The framework is expected to commence the procurement process in April 2026 with potential award in August 2026, ahead of project initiation in May 2027. Interested parties should note the key date of 15th January 2026 to confirm attendance for the briefing. This procurement opportunity, primarily in the works category, focuses on high complexity building projects, such as the installation of fire safety systems and structural modifications, with an anticipated framework duration of up to 6 years and a projected value of £85 million.

This tender offers ample opportunities for businesses specialising in building safety, fire protection, and construction. With a broad range of projects projected between £400,000 to £19 million, businesses can contribute to essential infrastructure improvements, fostering growth and expertise in high-complexity contracts. The council encourages participation from both experienced contractors and those able to demonstrate significant business development in relevant areas. SMEs are particularly well-suited for this opportunity given the proposed lotting options and framework structure. Engaging in this pre-market process offers valuable insights into client needs and future tenders while establishing crucial connections for long-term partnerships in the South East England region, covering councils including Gosport, Fareham, and Havant.

How relevant is this notice?

Notice Information

Notice Title

Building Safety - Higher Risk Building Framework

Notice Description

Portsmouth City Council (The 'Council') have published this Preliminary Market Engagement (PME) Notice to inform and engage with the market regarding the establishment of a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. The feedback gained from appropriately qualified & experienced contractors, or contractors that are not yet qualified & experienced but can evidence relevant business development activities will be used to inform the strategy to secure contractors to undertake subsequent building safety remedial projects on multiple higher risk residential buildings within the Council's possession. It is envisaged that the procurement will commence in April 2026 to allow for award in August 2026 ahead of the commencement of the first project on site in May 2027. The Council is considering inviting proposals for the first project, at Millgate House, as part of the tendering process to establish the framework agreement with the highest ranked framework contractor being awarded the call off contact for the Millgate House project. The Council anticipates partnering with multiple contractors who will work on multiple projects, including the Design, Construction and compliance with legal and regulatory authorities such as the Building Safety Regulator. DEMAND There are currently 12 projects to be tendered, subject to review, of the following values; 4 x Up to PS1m 4 x PS1m - PS5m 4 x PS15m - PS20m SCOPE OF WORKS 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 PROPOSED FRAMEWORK The Council's preferred strategy is to create a new framework; however, to assist make its decision on the form, structure and scope of the framework, the Council is keen to gain views from the market on options for how the framework could be structured, including lotting and call off mechanisms to ensure greatest flexibility. The framework, is currently proposed to have the following features: To meet the programme the procurement route 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. It is anticipated that over the initial 4-year period up to PS85m may be procured through the procurement route based upon the Building Safety Programme for 2025 to 2030. The projects predicted to be procured through this route are anticipated to range in value from PS0.4m to PS19m, with the average call off project being in the range of PS1m - PS5m. The Council is currently considering the procurement strategy for projects above PS15m, which may or may not be included for within the proposed framework, depending on the outcome of internal discussions and this pre-market engagement exercise. It is not proposed to set a minimum or maximum project value 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. It is anticipated that 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 there may be occasion when opportunities are tendered on a traditional lump sum single stage basis for either or both the design and build elements. The Council is therefore considering allowing for use of the full suite of JCT contracts and potentially also the NEC suite of contracts. The Council is currently considering the lotting options under the framework. Options being considered include: - Establishing a single framework approach with 4 suppliers on the primary tier with 2-3 suppliers in a reserve tier OR - Establishing 2 lots covering different regional areas with 4-5 suppliers on each lot. Award of contracts may be via a mini-competition or direct award, as appropriate and depending upon Lotting strategy adopted. The procurement route for each project will be determined on an individual basis. The Framework may will primarily be used by 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. The Council is also considering opening up access to other Council's and public sector bodies such as Housing Associations operating within the wider Solent area. PROGRAMME The Council are intending to run the PME and the subsequent envisaged tender process under the following Procurement Programme: Issue Preliminary Market Engagement Notice 18th December 2025 PME Contractor Engagement Event (Hybrid) 16th January 2026 PME Contractor engagement 1:1s 26th January 2026 to 6th February 2026 ITT published via Intend / Contract Notice 20th April 2026 Site visits and bidders' session 20th April 2026 to 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 Section 20 period 6th July 2026 - 4th August 2026 Framework & Contract Award Confirmation 5th August 2026 Framework & Contract Execution 21st August 2026 Mobilisation 21st June 2027 to 8th October 2027 Works commence on site 11th October 2027 Completion of works on site 6th October 2028

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.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f99b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084583-2025
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

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

44115500 - Sprinkler systems

44165000 - Hoses, risers and sleeves

44212381 - Cladding

44221220 - Fire doors

44480000 - Miscellaneous fire-protection equipment

45262650 - Cladding works

45300000 - Building installation work

45421100 - Installation of doors and windows and related components

50700000 - Repair and maintenance services of building installations

51100000 - Installation services of electrical and mechanical equipment

51700000 - Installation services of fire protection equipment

71314100 - Electrical services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71600000 - Technical testing, analysis and consultancy services

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£85,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Dec 20251 weeks ago
Submission Deadline
Not specified
Future Notice Date
20 Apr 20264 months to go
Award Date
Not specified
Contract Period
20 Aug 2026 - 20 Aug 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
Procurement Service
Contact Email
procurement@portsmouthcc.gov.uk
Contact Phone
+442392688235

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

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-2025-12-18T16:10:13Z",
    "date": "2025-12-18T16:10:13Z",
    "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"
            }
        ]
    },
    "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 Building Framework",
        "description": "Portsmouth City Council (The 'Council') have published this Preliminary Market Engagement (PME) Notice to inform and engage with the market regarding the establishment of a Framework to provide building safety projects for several higher risk residential buildings within the Portsmouth area. The feedback gained from appropriately qualified & experienced contractors, or contractors that are not yet qualified & experienced but can evidence relevant business development activities will be used to inform the strategy to secure contractors to undertake subsequent building safety remedial projects on multiple higher risk residential buildings within the Council's possession. It is envisaged that the procurement will commence in April 2026 to allow for award in August 2026 ahead of the commencement of the first project on site in May 2027. The Council is considering inviting proposals for the first project, at Millgate House, as part of the tendering process to establish the framework agreement with the highest ranked framework contractor being awarded the call off contact for the Millgate House project. The Council anticipates partnering with multiple contractors who will work on multiple projects, including the Design, Construction and compliance with legal and regulatory authorities such as the Building Safety Regulator. DEMAND There are currently 12 projects to be tendered, subject to review, of the following values; 4 x Up to PS1m 4 x PS1m - PS5m 4 x PS15m - PS20m SCOPE OF WORKS 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 PROPOSED FRAMEWORK The Council's preferred strategy is to create a new framework; however, to assist make its decision on the form, structure and scope of the framework, the Council is keen to gain views from the market on options for how the framework could be structured, including lotting and call off mechanisms to ensure greatest flexibility. The framework, is currently proposed to have the following features: To meet the programme the procurement route 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. It is anticipated that over the initial 4-year period up to PS85m may be procured through the procurement route based upon the Building Safety Programme for 2025 to 2030. The projects predicted to be procured through this route are anticipated to range in value from PS0.4m to PS19m, with the average call off project being in the range of PS1m - PS5m. The Council is currently considering the procurement strategy for projects above PS15m, which may or may not be included for within the proposed framework, depending on the outcome of internal discussions and this pre-market engagement exercise. It is not proposed to set a minimum or maximum project value 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. It is anticipated that 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 there may be occasion when opportunities are tendered on a traditional lump sum single stage basis for either or both the design and build elements. The Council is therefore considering allowing for use of the full suite of JCT contracts and potentially also the NEC suite of contracts. The Council is currently considering the lotting options under the framework. Options being considered include: - Establishing a single framework approach with 4 suppliers on the primary tier with 2-3 suppliers in a reserve tier OR - Establishing 2 lots covering different regional areas with 4-5 suppliers on each lot. Award of contracts may be via a mini-competition or direct award, as appropriate and depending upon Lotting strategy adopted. The procurement route for each project will be determined on an individual basis. The Framework may will primarily be used by 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. The Council is also considering opening up access to other Council's and public sector bodies such as Housing Associations operating within the wider Solent area. PROGRAMME The Council are intending to run the PME and the subsequent envisaged tender process under the following Procurement Programme: Issue Preliminary Market Engagement Notice 18th December 2025 PME Contractor Engagement Event (Hybrid) 16th January 2026 PME Contractor engagement 1:1s 26th January 2026 to 6th February 2026 ITT published via Intend / Contract Notice 20th April 2026 Site visits and bidders' session 20th April 2026 to 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 Section 20 period 6th July 2026 - 4th August 2026 Framework & Contract Award Confirmation 5th August 2026 Framework & Contract Execution 21st August 2026 Mobilisation 21st June 2027 to 8th October 2027 Works commence on site 11th October 2027 Completion of works on site 6th October 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": "44115500",
                        "description": "Sprinkler systems"
                    },
                    {
                        "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": "45262650",
                        "description": "Cladding works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45421100",
                        "description": "Installation of doors and windows and related components"
                    },
                    {
                        "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": "71314100",
                        "description": "Electrical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 102000000,
            "amount": 85000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "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": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-20T23:59:59+01:00"
        },
        "status": "planning"
    },
    "language": "en"
}