Notice Information
Notice Title
Planned Maintenance Framework
Notice Description
The proposed framework is intended to support the delivery of planned maintenance and capital projects across Council-owned and managed properties.
Planning Information
Pre-Market Engagement – Planned Maintenance and Capital Works Framework 1. Introduction 1.1 Background Bracknell Forest Borough Council (BFBC or the Council) is located in central Berkshire. The Council became a Unitary Authority in April 1998 and is responsible for the management, maintenance and improvement of a diverse portfolio of Council-owned and managed properties, including (but not limited to) offices, community buildings, operational assets and some schools. Further information on how the Council operates, including details of Councillors, Council staff and departments, can be found on the Council’s website. 1.2 Purpose of this Market Engagement The Council is undertaking a pre-market engagement exercise to inform the potential procurement of a Planned Maintenance and Capital Works Framework. This exercise is intended to gather feedback from the market on the proposed framework structure, lotting, duration, values and delivery approach. This engagement does not form part of a formal procurement process and does not constitute a commitment by the Council to proceed with any procurement or to appoint any supplier. Any future procurement will be conducted in accordance with the Council’s Contract Rules and relevant public procurement legislation. 1.3 Description of the Proposed Framework The proposed framework is intended to support the delivery of planned maintenance and capital projects across Council-owned and managed properties. Typical works may include, but are not limited to: • Roofing works • Heating, boilers and gas systems • Refurbishment and general building works • Electrical works • Windows, doors and glazing • Painting and decorating • Drainage and water management • Groundworks, surfacing and external works • HVAC and cooling systems The framework is expected to be used for a range of project sizes and complexities, with call-offs awarded either by direct award or mini-competition, depending on the nature and value of the works. 1.4 Proposed Lot Structure The Council is currently considering a two-lot framework structure: • Lot 1 – Projects below £150,000 o Intended primarily for lower-value planned maintenance and minor capital works o Up to five (5) suppliers appointed to the lot • Lot 2 – Projects above £150,000 o Intended for higher-value and more complex capital projects o Up to four (4) suppliers appointed to the lot The proposed £150,000 threshold aligns with the Council’s internal approval and procurement processes. 1.5 Framework Duration The Council is proposing a framework duration of up to eight (8) years, subject to satisfactory performance and ongoing review. The anticipated structure is: • Initial period of 3 years • First extension of 2 years • Final extension of 3 years Continuation on the framework would be subject to performance reviews at each review point. 1.6 Indicative Historic Spend The Council has reviewed its expenditure on planned maintenance and capital works over the previous three financial years. This information is provided for indicative purposes only and does not constitute any guarantee or commitment in respect of future spend. Based on historic data: • Projects below £150,000: approximately £10,640,153.12. over the last three years • Projects above £150,000: approximately £31,093,493.63 over the last three years Actual future values and volumes may vary depending on budget availability, asset condition, statutory obligations and Council priorities. 1.7 Engagement process Register on the ProContract Portal using this link https://sebp.due-north.com/ Responses will be used to design the final specification, evaluation approach and route to market. Interested organisations are invited to request the market engagement questionnaire by emailing procurement.team@bracknell-forest.gov.uk ( using the subject title :Pre-Market Engagement – Planned Maintenance and Capital Works Framework) The link to the questionnaire will then be sent to you for completion. The final deadline to respond to the Market Engagement questionnaires is on 28 February 2026 15:00 BST.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-061429
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008928-2026
- 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, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45000000 - Construction work
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Feb 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 3 Aug 20266 months to go
- Award Date
- Not specified
- Contract Period
- 31 Mar 2027 - 1 Apr 2030 3-4 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
- BRACKNELL FOREST BOROUGH COUNCIL
- Contact Name
- Procurement Team
- Contact Email
- procurement.team@bracknell-forest.gov.uk
- Contact Phone
- +44 1344354375
Buyer Location
- Locality
- BRACKNELL
- Postcode
- RG12 1JD
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ15 Berkshire East
- Delivery Location
- Not specified
-
- Local Authority
- Bracknell Forest
- Electoral Ward
- Town Centre & The Parks
- Westminster Constituency
- Bracknell
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/008928-2026
2nd February 2026 - 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-061429-2026-02-02T12:44:24Z",
"date": "2026-02-02T12:44:24Z",
"ocid": "ocds-h6vhtk-061429",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PJMT-6544-CVZD",
"name": "Bracknell Forest Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PJMT-6544-CVZD"
},
"address": {
"streetAddress": "Time Square",
"locality": "Bracknell",
"postalCode": "RG12 1JD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"name": "Procurement Team",
"email": "procurement.team@bracknell-forest.gov.uk",
"telephone": "+44 1344354375"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bracknell-forest.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PJMT-6544-CVZD",
"name": "Bracknell Forest Borough Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Pre-Market Engagement - Planned Maintenance and Capital Works Framework 1. Introduction 1.1 Background Bracknell Forest Borough Council (BFBC or the Council) is located in central Berkshire. The Council became a Unitary Authority in April 1998 and is responsible for the management, maintenance and improvement of a diverse portfolio of Council-owned and managed properties, including (but not limited to) offices, community buildings, operational assets and some schools. Further information on how the Council operates, including details of Councillors, Council staff and departments, can be found on the Council's website. 1.2 Purpose of this Market Engagement The Council is undertaking a pre-market engagement exercise to inform the potential procurement of a Planned Maintenance and Capital Works Framework. This exercise is intended to gather feedback from the market on the proposed framework structure, lotting, duration, values and delivery approach. This engagement does not form part of a formal procurement process and does not constitute a commitment by the Council to proceed with any procurement or to appoint any supplier. Any future procurement will be conducted in accordance with the Council's Contract Rules and relevant public procurement legislation. 1.3 Description of the Proposed Framework The proposed framework is intended to support the delivery of planned maintenance and capital projects across Council-owned and managed properties. Typical works may include, but are not limited to: * Roofing works * Heating, boilers and gas systems * Refurbishment and general building works * Electrical works * Windows, doors and glazing * Painting and decorating * Drainage and water management * Groundworks, surfacing and external works * HVAC and cooling systems The framework is expected to be used for a range of project sizes and complexities, with call-offs awarded either by direct award or mini-competition, depending on the nature and value of the works. 1.4 Proposed Lot Structure The Council is currently considering a two-lot framework structure: * Lot 1 - Projects below PS150,000 o Intended primarily for lower-value planned maintenance and minor capital works o Up to five (5) suppliers appointed to the lot * Lot 2 - Projects above PS150,000 o Intended for higher-value and more complex capital projects o Up to four (4) suppliers appointed to the lot The proposed PS150,000 threshold aligns with the Council's internal approval and procurement processes. 1.5 Framework Duration The Council is proposing a framework duration of up to eight (8) years, subject to satisfactory performance and ongoing review. The anticipated structure is: * Initial period of 3 years * First extension of 2 years * Final extension of 3 years Continuation on the framework would be subject to performance reviews at each review point. 1.6 Indicative Historic Spend The Council has reviewed its expenditure on planned maintenance and capital works over the previous three financial years. This information is provided for indicative purposes only and does not constitute any guarantee or commitment in respect of future spend. Based on historic data: * Projects below PS150,000: approximately PS10,640,153.12. over the last three years * Projects above PS150,000: approximately PS31,093,493.63 over the last three years Actual future values and volumes may vary depending on budget availability, asset condition, statutory obligations and Council priorities. 1.7 Engagement process Register on the ProContract Portal using this link https://sebp.due-north.com/ Responses will be used to design the final specification, evaluation approach and route to market. Interested organisations are invited to request the market engagement questionnaire by emailing procurement.team@bracknell-forest.gov.uk ( using the subject title :Pre-Market Engagement - Planned Maintenance and Capital Works Framework) The link to the questionnaire will then be sent to you for completion. The final deadline to respond to the Market Engagement questionnaires is on 28 February 2026 15:00 BST.",
"dueDate": "2026-02-28T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "008928-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008928-2026",
"datePublished": "2026-02-02T12:44:24Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-061429",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Planned Maintenance Framework",
"description": "The proposed framework is intended to support the delivery of planned maintenance and capital projects across Council-owned and managed properties.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-04-01T00:00:00+01:00",
"endDate": "2030-04-01T23:59:59+01:00",
"maxExtentDate": "2035-04-01T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-08-03T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}