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

Portsmouth City Council - Term Service Contract for the Fire Safety Compliance Services for Council Managed Assets

  • First published: 08 May 2025
  • Last modified: 08 May 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0509c4
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
08 May 2025
Deadline date:
27 September 2025
Notice type:
UK3
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Overview of Procurement Objectives Portsmouth City Council (the Council) is seeking to appoint a contractor to deliver Fire Compliance Services across its housing stock, with an estimated annual value of between £500K and £1M. The contract will be let for an initial 5-year term, with the option to extend by up to a further 5 years in intervals to be agreed. The scope of services will include statutory fire risk assessments, installation and maintenance of fire detection and prevention systems, inspection and servicing of fire doors and alarms, and ensuring ongoing compliance with all relevant fire safety legislation and guidance.Based on anticipated inflationary uplifts, regulatory requirements, and potential growth in housing stock, the total individual contract spends over the potential 10-year term (5-year base with options to extend) is expected to range between £6M to £11M. The impacts of Local Government Review have not been considered in this current value and the likely increases in the total value of the opportunity, brought about through the reform, will be addressed when the formal tender notice is issued.Housing Stock Information The Council has a housing stock of approximately 17,500 properties of which approximately 15,500 are socially rented and then there are approximately 2000 leasehold properties. Within the stock there is a mix of housing types including houses and bungalows; however the majority of the dwellings are within purpose-built blocks of flats constructed in the 1950s and 1960s.Traditionally the estate has been spread across the two geographical areas of Portsea Island (on-island, PO1 to PO5) and Paulsgrove and Havant (off-island, PO6 to PO9). A recent acquisition of approximately 800 properties has however subsequently increased the 'off-island' area to sites in Gosport, Fareham and Winchester.Changing Context and ObjectivesOver the next 5-10 years the Council is expecting to experience a number of challenges with regards to the maintenance of its housing and general fund properties with any incumbent provider to work in partnership with the Council to ease pressures where they can.Significant changes in legislation such as the Building Safety Act and Fire Safety Act will require greater scrutiny from suppliers to ensure they are working in a compliant way and may require them to adopt new skills such as undertaking works as a result of Building Safety Cases for buildings of 6+ storeys.There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs, particularly around damp and mould are well managed and resolved and will be monitored by the Social Housing Regulator.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.Under current LGR proposals, it is likely to require Portsmouth City Council to form a new Authority by merging with other neighbouring Authorities. For Portsmouth, this will result in a new Council being created to provide the same services to everyone in the city, whilst covering a larger area and have a different name. Effectively all the current council services in the area of the new council boundary would be merged to create a new Council.In light of the ongoing LGR, any future procurement will be designed to ensure maximum flexibility in terms of scope, value, and geographical area. This flexibility is crucial to accommodate the evolving needs and structures of local authorities.Any tender opportunities and contracts will be structured to allow adjustments in the scope of services and the value of contracts to the Council to respond to changes in demand and budgetary constraints, whilst ensuring that services rem

Full notice text

Scope

Procurement description

Overview of Procurement Objectives

Portsmouth City Council (the Council) is seeking to appoint a contractor to deliver Fire Compliance Services across its housing stock, with an estimated annual value of between £500K and £1M. The contract will be let for an initial 5-year term, with the option to extend by up to a further 5 years in intervals to be agreed.

The scope of services will include statutory fire risk assessments, installation and maintenance of fire detection and prevention systems, inspection and servicing of fire doors and alarms, and ensuring ongoing compliance with all relevant fire safety legislation and guidance.

Based on anticipated inflationary uplifts, regulatory requirements, and potential growth in housing stock, the total individual contract spends over the potential 10-year term (5-year base with options to extend) is expected to range between £6M to £11M. The impacts of Local Government Review have not been considered in this current value and the likely increases in the total value of the opportunity, brought about through the reform, will be addressed when the formal tender notice is issued.

Housing Stock Information

The Council has a housing stock of approximately 17,500 properties of which approximately 15,500 are socially rented and then there are approximately 2000 leasehold properties. Within the stock there is a mix of housing types including houses and bungalows; however the majority of the dwellings are within purpose-built blocks of flats constructed in the 1950s and 1960s.

Traditionally the estate has been spread across the two geographical areas of Portsea Island (on-island, PO1 to PO5) and Paulsgrove and Havant (off-island, PO6 to PO9).

A recent acquisition of approximately 800 properties has however subsequently increased the 'off-island' area to sites in Gosport, Fareham and Winchester.

Changing Context and Objectives

Over the next 5-10 years the Council is expecting to experience a number of challenges with regards to the maintenance of its housing and general fund properties with any incumbent provider to work in partnership with the Council to ease pressures where they can.

Significant changes in legislation such as the Building Safety Act and Fire Safety Act will require greater scrutiny from suppliers to ensure they are working in a compliant way and may require them to adopt new skills such as undertaking works as a result of Building Safety Cases for buildings of 6+ storeys.

There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs, particularly around damp and mould are well managed and resolved and will be monitored by the Social Housing Regulator.

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.

Under current LGR proposals, it is likely to require Portsmouth City Council to form a new Authority by merging with other neighbouring Authorities. For Portsmouth, this will result in a new Council being created to provide the same services to everyone in the city, whilst covering a larger area and have a different name. Effectively all the current council services in the area of the new council boundary would be merged to create a new Council.

In light of the ongoing LGR, any future procurement will be designed to ensure maximum flexibility in terms of scope, value, and geographical area. This flexibility is crucial to accommodate the evolving needs and structures of local authorities.

Any tender opportunities and contracts will be structured to allow adjustments in the scope of services and the value of contracts to the Council to respond to changes in demand and budgetary constraints, whilst ensuring that services remain efficient and continue to provide value for money. Additionally, provisions will be included to adapt to changes in geographical boundaries resulting from any reorganisation. This will ensure that services can be extended or retracted to align with new administrative areas.

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/

Anticipated Demand & Contracting Strategy

The Fire Compliance contract is a new addition to the previous Repairs & Maintenance (R&M) and Gas Servicing & Repairs contracts, which has been created in response to changing legislative requirements and the need for greater reporting around compliance activities.

The existing compliance activity is split between the Councils current R&M on and off island contractors and the commercial M&E contractor. The intention is to consolidate these fire activities under a single contract.

The works will be spread across the 1155 block of residential flats, 550 Corporate Assets and 80 non-HRA buildings and will be run under and NEC 4 Option A Priced Activity contract with a base term of 5 year and the option to extend for a further 5 years in agreed increments. The Council are estimating a contract value in the region of £500k-£1m per annum.

Core Scope of Works

The core scope of works will include but not limited to:

• Fire Alarm Testing and Repair

• Lightening Conductor Testing and Repair

• Visual Fire Door Checks

• Sprinkler Testing and Repair

• Fire Damper Testing and Repair

• Fire Extinguishers

• Fire Stopping

• Dry and Wet Riser Testing and Repair

• Smoke Vents

• Evacuation Alert

• Out of Hours

Ancillary Scope of Works

The contract may also require the following to covered or taken forward and will include but not limited to:

• Intruder Alarm Testing and Repair

• PAT Testing

• Powered Doors

Partnership Working

In addition to working in close partnership with the council, the supplier will also be required to work in partnership with the council's other existing term service contractor partners.

Social Value

The Council are committed to continuously reviewing and improving the approach to social value delivery, and suppliers can find further information using the following link -

https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/

Main category

Services

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Total value (estimated, excluding VAT)

11000000 GBP to 11000000GBP

Contract dates (estimated)

01 June 2026, 00:00AM to 31 May 2031, 23:59PM

Extension end date (if all the extensions are used): 31 May 2036

Contracting authority

Portsmouth City Council

Identification register:

  • GB-PPON

Address 1: Civic Offices, Guildhall Square

Town/City: Portsmouth

Postcode: PO1 2AL

Country: United Kingdom

Public Procurement Organisation Number: PCNL-5714-PRZV

NUTS code: UKJ31

Email: procurement@portsmouthcc.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 45311000 - Electrical wiring and fitting work
  • 45312100 - Fire-alarm system installation work
  • 45312310 - Lightning-protection works
  • 45312311 - Lightning-conductor installation work
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45315400 - High voltage installation work
  • 45315500 - Medium-voltage installation work
  • 45315600 - Low-voltage installation work
  • 45324000 - Plasterboard works
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 45351000 - Mechanical engineering installation works
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

11000000 GBP Excluding VAT

13200000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2031, 23:59PM

Extension end date (estimated)

31 May 2036, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The contract will be let for an initial 5-year term, with the option to extend by up to a further 5 years in intervals to be agreed.

Participation

Conditions

Economic

Conditions of participation

To be confirmed within the tender notice.

Conditions

Economic

Conditions of participation

To be confirmed within the tender notice.

Conditions of participation

To be confirmed within the tender notice.

Submission

Publication date of tender notice (estimated)

25 August 2025

Expression of interest deadline

27 September 2025, 12:00PM

Enquiry deadline

20 September 2025, 16:00PM

Date of award of contract

02 March 2026, 23:59PM

Submission address and any special instructions

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Minimum number of suppliers to be invited to tender

4

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

26 August 2030, 23:59PM

Languages that may be used for submission

  • English

Publication date of tender notice (estimated)

25 August 2025

Expression of interest deadline

27 September 2025, 12:00PM

Enquiry deadline

20 September 2025, 16:00PM

Date of award of contract

02 March 2026, 23:59PM

Submission address and any special instructions

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Minimum number of suppliers to be invited to tender

4

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

26 August 2030, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45311000 Electrical wiring and fitting work Electrical installation work
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
45343220 Fire-extinguishers installation work Fire-prevention installation works
45343200 Firefighting equipment installation work Fire-prevention installation works
45343100 Fireproofing work Fire-prevention installation works
45430000 Floor and wall covering work Building completion work
45315400 High voltage installation work Electrical installation work of heating and other electrical building-equipment
45420000 Joinery and carpentry installation work Building completion work
45312311 Lightning-conductor installation work Alarm system and antenna installation work
45312310 Lightning-protection works Alarm system and antenna installation work
45315600 Low-voltage installation work Electrical installation work of heating and other electrical building-equipment
45351000 Mechanical engineering installation works Mechanical installations
45315500 Medium-voltage installation work Electrical installation work of heating and other electrical building-equipment
45440000 Painting and glazing work Building completion work
45324000 Plasterboard works Insulation work
45410000 Plastering work Building completion work
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45343230 Sprinkler systems installation work Fire-prevention installation works

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.