Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK3

Building Safety Higher Risk Buildings Framework

  • First published: 27 March 2026
  • Last modified: 27 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05f99b
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
27 March 2026
Deadline date:
05 June 2026
Notice type:
UK3
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 £60m - £120m 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 £8M initially up to approximately £30M, 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 periodLocal Government ReviewAs part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbourin

Full notice text

Scope

Procurement 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 £60m - £120m 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 £8M initially up to approximately £30M, 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 £1.5m.

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

Main category

Works

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Total value (estimated, excluding VAT)

120000000 GBP to 120000000GBP

Contract dates (estimated)

21 August 2026, 00:00AM to 20 August 2030, 23:59PM

Extension end date (if all the extensions are used): 20 August 2032

Is a framework being established?

Yes

Contracting authority

Portsmouth City Council

Identification register:

  • GB-PPON

Address 1: Civic Offices, Guildhall Square

Town/City: Portsmouth

Postcode: PO1 2AL

Country: United Kingdom

Website: https://www.portsmouth.gov.uk/

Public Procurement Organisation Number: PCNL-5714-PRZV

NUTS code: UKJ31

Contact name: Procurement Service

Email: procurement@portsmouthcc.gov.uk

Telephone: +442392688235

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Maximum number of suppliers

7

Award method when using the framework

With and without reopening competition

Contracting authority locations

  • UKJ35

Contracting authorities that may use the framework

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.

Framework operation 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.

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 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

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

120000000 GBP Excluding VAT

144000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

21 August 2026, 00:00AM

Contract end date (estimated)

20 August 2030, 23:59PM

Extension end date (estimated)

20 August 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions

Economic

Conditions of participation

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 £10 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 £5 million on any one claim

o Employers Liability Insurance - Minimum of £10 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 £10 Million

Conditions

Economic

Conditions of participation

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 £750,000, 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

Award 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.

Weighting: 70

Weighting type: 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.

Weighting: 30

Weighting type: percentageExact

Submission

Publication date of tender notice (estimated)

27 April 2026

Tender submission deadline

05 June 2026, 12:00PM

Enquiry deadline

29 May 2026, 23:59PM

Date of award of contract

03 July 2026, 23:59PM

Submission address and any special instructions

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

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
44115000 Building fittings Construction materials
45300000 Building installation work Construction work
44212381 Cladding Structural products and parts except prefabricated buildings
45262650 Cladding works Special trade construction works other than roof works
71500000 Construction-related services Architectural, construction, engineering and inspection services
31518200 Emergency lighting equipment Signalling lights
71300000 Engineering services Architectural, construction, engineering and inspection services
44221220 Fire doors Windows, doors and related items
35111500 Fire suppression system Firefighting equipment
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
75251110 Fire-prevention services Fire-brigade services
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
44165000 Hoses, risers and sleeves Pipeline, piping, pipes, casing, tubing and related items
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51700000 Installation services of fire protection equipment Installation services (except software)
44112000 Miscellaneous building structures Construction materials
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50700000 Repair and maintenance services of building installations Repair and maintenance services
34928470 Signage Road furniture
45100000 Site preparation work Construction work
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.