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.

UK4

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

  • First published: 25 November 2025
  • Last modified: 25 November 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:
25 November 2025
Deadline date:
22 December 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 £800k 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 servicing inspections, responsive repairs, and planned maintenance works, ensuring compliance with all relevant regulations and maintaining the safety and functionality of the Council's fire installations. This is new procurement taking existing functions from other existing contracts so to focus on fire safety compliance.Housing Stock InformationThe 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 and Paulsgrove (on-island, PO1 to PO5), 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.Corporate AssetsIn addition to the residential housing stock the 'on island' repairs and maintenance contractor also manages repairs for a number of the Council's corporate asset. This is a function managed by the 'on island' contractor only.The on-island contractor is responsible for approximately 550 assets across both geographical areas, however these are predominantly within the PO1-PO5 postcode.• The Council's broader property portfolio encompasses a range of building types which include but are not limited to:• Schools• Offices• Commercial buildings, warehouses and depots• Care homes• Sheltered housing and supported living properties• Maritime port facilitiesCurrent & Future DemandAnnual fire door surveys is a new contractual requirement, and it is expected that approximately 2500 will need to be inspected each year.Within the first few years of the contract the number of services and repairs are anticipated to remain fairly consistent with 2024.The Council is currently working on a number of development options, and it is anticipated that within the next 5-10 years there is potential for up to 1000 additional dwellings to be created that will require some level of maintenance and consequently will need to be absorbed into any new contract.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 11m+.There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs to blocks of 11m+ are well managed and resolved to avoid enforcement action by the Fire Authority, with compliance also being monitored by the Social Housing Regulator.Scope and specification of requirementsThe core scope of works, which the successful supplier will be required to deliver are -• Fire and Intruder Alarm testing and repair• Sprinkler testing and repair• AOV and Smoke Vent testing and repair• Fire door surveys• Lightening Conductor testing and repair• Fire Damper testing and repair• Fire Extinguishers inspection and replacement• Dry Riser inspection and repair• Evacuation Alert

Full notice text

Changes to notice

Description

The supplier link to Intend has been updated.

Scope

Procurement reference

P00005168

Procurement description

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 £800k 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 servicing inspections, responsive repairs, and planned maintenance works, ensuring compliance with all relevant regulations and maintaining the safety and functionality of the Council's fire installations. This is new procurement taking existing functions from other existing contracts so to focus on fire safety compliance.

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 and Paulsgrove (on-island, PO1 to PO5), 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.

Corporate Assets

In addition to the residential housing stock the 'on island' repairs and maintenance contractor also manages repairs for a number of the Council's corporate asset. This is a function managed by the 'on island' contractor only.

The on-island contractor is responsible for approximately 550 assets across both geographical areas, however these are predominantly within the PO1-PO5 postcode.

• The Council's broader property portfolio encompasses a range of building types which include but are not limited to:

• Schools

• Offices

• Commercial buildings, warehouses and depots

• Care homes

• Sheltered housing and supported living properties

• Maritime port facilities

Current & Future Demand

Annual fire door surveys is a new contractual requirement, and it is expected that approximately 2500 will need to be inspected each year.

Within the first few years of the contract the number of services and repairs are anticipated to remain fairly consistent with 2024.

The Council is currently working on a number of development options, and it is anticipated that within the next 5-10 years there is potential for up to 1000 additional dwellings to be created that will require some level of maintenance and consequently will need to be absorbed into any new contract.

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 11m+.

There will be more focus on the accuracy and timely manner of up-load of compliance information and ensuring repairs to blocks of 11m+ are well managed and resolved to avoid enforcement action by the Fire Authority, with compliance also being monitored by the Social Housing Regulator.

Scope and specification of requirements

The core scope of works, which the successful supplier will be required to deliver are -

• Fire and Intruder Alarm testing and repair

• Sprinkler testing and repair

• AOV and Smoke Vent testing and repair

• Fire door surveys

• Lightening Conductor testing and repair

• Fire Damper testing and repair

• Fire Extinguishers inspection and replacement

• Dry Riser inspection and repair

• Evacuation Alert testing and repair

• Warden Call testing and repair

• Disabled Alarms testing and repair

• Out of hours cover

The supplier will be required to resource an out of hours service which is available 365 days a year.

Ancillary Scope of Works

The ancillary scope of works, which the successful supplier may be required to deliver, namely:

• Intruder Alarm testing and repair

• Warden Call testing and repair

• PAT testing

• Powered Door repair

The Specification has been designed to ensure that all Suppliers have an effective and equal understanding of the contract's functional and performance requirements.

Full details of requirements can be found in the Draft Specification Document. The Council reserves the right to make amendments to the specification when issuing the second stage tender.

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/

Contract model, term & value

The council intends to award a single NEC 4 Option A term contract; a draft has been included in the Conditions of Participation pack

The initial contract will be for 5 years with an option to extend by up to a further 5 years in increments to be agreed.

The Council are estimating the contract value will be in the region of £800k to £1m per annum.

Based on anticipated inflationary uplifts and potential growth in housing stock, the total individual contract spend over the potential 10-year term (5-year base with options to extend) is expected to range between £11m to £13m.

As this procurement is for a new service there may be slight fluctuation outside of the anticipated range stated above, which has been determined using budget coding from financial years 2024/25 and 2025/26. As the coding is generic for compliance there may be activities within the budget that remain with the existing incumbent and do not form part of this contract. Outside of range sums will likely be lower than anticipated rather than higher, although a best estimate is provided at the time of tender. A more precise budget will be established during the service.

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.

At this stage, the Council can only confirm its current demand and scope of requirements; however, this may be subject to change should additional needs arise from other local authorities as part of wider structural reforms.

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.

The impacts of Local Government Review cannot be fully understood at this stage. However, when considering the potential surrounding local authorities and their current property portfolios, the Council anticipate the annual value of the Fire Safety Compliance Services could increase in the region of £250k per year, in the event these services needed to be subsumed into this opportunity. Therefore, taking account, the potential value stated in the total value of the opportunity over the 10-year period could be up to £16m.

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/

Main category

Services

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Total value (estimated, excluding VAT)

16000000 GBP to 16000000GBP

Contract dates (estimated)

07 September 2026, 00:00AM to 06 September 2031, 23:59PM

Extension end date (if all the extensions are used): 06 September 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
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51700000 - Installation services of fire protection equipment
  • 71630000 - Technical inspection and testing services

Delivery regions

  • UKJ31 - Portsmouth
  • UKJ35 - South Hampshire

Lot value (estimated)

16000000 GBP Excluding VAT

19200000 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)

07 September 2026, 00:00AM

Contract end date (estimated)

06 September 2031, 23:59PM

Extension end date (estimated)

06 September 2036, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The contract will be awarded for an initial term of five years thereafter the council will have the option to extend the term by a period(s) of up to a maximum of five years.

Any period(s) of extension will be at the council's sole discretion. The maximum allowable term is 10 years.

Participation

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions

Economic

Conditions of participation

As described in the procurement specific questionnaire and the conditions of participation.

Conditions of participation

The Council envisages the shortlisting process will have four to five suppliers. The highest scoring four suppliers following assessment of Conditions of Participation by the Council, who meet all the pass/fail criteria, will progress to the second stage.

If the supplier ranked 5th first stage score is within 5% of the 4th placed supplier, they will be added to the shortlist.

The condition of participation questionnaire is awarded out of a total of 400 points, which is equal to 100 per cent. For example, if supplier four scores 300 points they will achieve a score of 75%. If suppliers five scores 71%, they will also be taken forward to the second stage of the tender. If supplier five scored 69%, they will not proceed on the basis that their score is not within 5% of the 4th place supplier.

If there is a tie for position five and six, then only the top four suppliers will proceed i.e. Supplier four scores 75% and suppliers five and six both score 71% then neither would make the shortlist.

The Council reserve the right to proceed to the second stage of the tender process in the event there are less than four suppliers who meet the conditions of participation criteria.

Suppliers who cannot meet/ exceed the above Conditions of Participation or will not agree to implement them before selection/ award, will be excluded from the Procurement Process in accordance with Section 22 of the Procurement Act 2023.

Full details can be found in the Competitive Flexible Procedure Description in the Procedure section of this notice.

Award criteria

Type: cost

Name

Priced Activity SOR

Description

The proposed cost will include sub-criteria:

• Price Assessment: Based on a normalised comparison of submitted prices.

• Value for Money: Reviewing the cost breakdown and methodology to understand how pricing has been derived.

Weighting: 45

Weighting type: percentageExact

Type: cost

Name

Priced Activity Hourly rates

Description

The proposed cost will include sub-criteria:

• Price Assessment: Based on a normalised comparison of submitted prices.

• Value for Money: Reviewing the cost breakdown and methodology to understand how pricing has been derived.

Weighting: 7

Weighting type: percentageExact

Type: cost

Name

Task Order Fee

Description

The proposed cost will include sub-criteria:

• Price Assessment: Based on a normalised comparison of submitted prices.

• Value for Money: Reviewing the cost breakdown and methodology to understand how pricing has been derived.

Weighting: 11

Weighting type: percentageExact

Type: cost

Name

Mobilisation Cost and TUPE

Description

The proposed cost will include sub-criteria:

• Price Assessment: Based on a normalised comparison of submitted prices.

• Value for Money: Reviewing the cost breakdown and methodology to understand how pricing has been derived.

Weighting: 5

Weighting type: percentageExact

Type: cost

Name

De-mobilisation Cost

Description

The proposed cost will include sub-criteria:

• Price Assessment: Based on a normalised comparison of submitted prices.

• Value for Money: Reviewing the cost breakdown and methodology to understand how pricing has been derived.

Weighting: 2

Weighting type: percentageExact

Type: quality

Name

Mobilisation

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 15%. Therefore, the percentage

weighting below is 15% of the total

30% - 4.5%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

Weighting: 4.5

Weighting type: percentageExact

Type: quality

Name

Support System

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 10%. Therefore, the percentage

weighting below is 10% of the total

30% - 3%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

Weighting: 3

Weighting type: percentageExact

Type: quality

Name

Data Management

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 10%. Therefore, the percentage

weighting below is 10% of the total

30% - 3%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

Weighting: 3

Weighting type: percentageExact

Type: quality

Name

Resourcing

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 15%. Therefore, the percentage

weighting below is 15% of the total

30% - 4.5%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

Weighting: 4.5

Weighting type: percentageExact

Type: quality

Name

Sub-Contractor Management

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 20%. Therefore, the percentage

weighting below is 20% of the total

30% - 6%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible procedure design under the procedure section of this notice.

Weighting: 6

Weighting type: percentageExact

Type: quality

Name

Residents and Occupier

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 20%. Therefore, the percentage

weighting below is 20% of the total

30% - 6%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

Weighting: 6

Weighting type: percentageExact

Type: quality

Name

VFM

Description

This question is currently being considered on a pass/fail basis. However, the range of the quality scores is subject to change

as outlined in the competitive flexible procedure design under the procedure

section of this notice. Whilst a weighting of 0.01 has been listed, the score will be 0 if the Council assess this on a pass/fail basis.

Weighting: 0.01

Weighting type: percentageExact

Type: quality

Name

Contract Schedule

Description

This question is currently being considered on a pass/fail basis. However, the range of the quality scores is subject to change

as outlined in the competitive flexible procedure design under the procedure

section of this notice. Whilst a weighting of 0.01 has been listed, the score will be 0 if the Council assess this on a pass/fail basis.

Weighting: 0.01

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

The total quality score is assessed out of 30%. Currently the sub weighting for this

question is 10%. Therefore, the percentage

weighting below is 10% of the total

30% - 3%. However, the range of the

quality scores are subject to change as

outlined in the competitive flexible

procedure design under the procedure section of this notice.

The percentage weighting here has been listed 0.02 lower below, as criterions 12 & 13 are currently being considered on a pass/fail basis but the notice requires a score of at least 0.01 on each corresponding section.

Weighting: 2.98

Weighting type: percentageExact

Contract terms and risks

Description of risks to contract performance

The Council has identified the following known risks that are likely to occur during the duration of the term of the contract -

• An increase in stock size due to the construction of new build sites or the purchase of additional existing dwellings

• A decrease in stock size due to the sale or decommissioning of existing dwellings

In all of the above cases, the change will result in a change to the number of properties and the annual value of the contract.

• Increased complexity due to -

o ageing stock requiring more frequent or complex repairs

o increase in the number of system replacements needed

o inclusion of other installations as risk assessments or Legislation dictates

In the above situation, any requirements deemed not to be part of Priced Activity will be managed as a Task Order (or open book quotes for low value instructions).

Other Risks

• Local Government Reorganisation leads to other stock holding Authorities becoming amalgamated with the Council and consequently the contract acquires additional stock numbers, increasing the value of the opportunity. (Based on the Priced Activity)

• Local Government Reorganisation leads to the Council becoming amalgamated with other Local Authorities and the contract or stock is novated to an alternative contract or supplier, decreasing the value of the opportunity. (using the novation clause)

• KPIs reduce relevance or are found to be ineffective during the contract, potentially following changes in legislation and compliance monitoring, and need to be amended.

• Workstreams are added to provide contingency for other suppliers increasing the size and value of the contract. (using the Priced Activity)

• The ongoing costs in delivering the service increases due to larger than predicted inflationary pressures, labour shortages or skills gaps in engineering and supply chain disruptions (e.g., parts availability) Impacts of technological change in respect of unknown future standards or innovations - periodic review clause to allow to utilise new technology, mobilisation and purchase of new technology

• Following the acquisition of additional stock, higher than expected costs to bring dwellings to required standards following unknown conditions/unexpected issues that the Council could not have reasonably been aware at the point of purchase.

• Amendment or introduction of new legislation, changes in building safety legislation, evolving targets and potential changes in tenant rights and/or service expectations could increase/decrease the cost in delivering the service.

• Amendments or the introduction of new building safety legislation (e.g. under the Building Safety Act 2022 or related statutory instruments) may require the Council to modify the scope of the contract to ensure continued compliance. This could include new inspection regimes, reporting obligations, or remedial works not originally priced.

• Changes in Scope Due to New Service and LGR Requirements. As this is a newly commissioned service, there is a risk that the scope may evolve during the contract term to reflect emerging operational needs, legislative changes, or differing requirements from newly amalgamated authorities under Local Government Reorganisation. This may include additional service lines, variations in compliance standards, or differing asset profiles.

• An endemic or pandemic event such as Covid 19 requires the contractor to achieve contractual outcomes by adapting existing practices.

Submission

Expression of interest deadline

22 December 2025, 12:00PM

Enquiry deadline

12 December 2025, 16:00PM

Date of award of contract

08 June 2026, 23:59PM

Submission address and any special instructions

The Council will publish the associated tender documents via Intend, the Councils e-tendering platform.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

5

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

07 September 2030, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

A-8222

Document type

Bidding documents

Description

Soft Market Testing Reports following the Prior Information Notices published on -

• Outsourcing Options Appraisal - Wednesday 11th October 2024

• Lotting and Contracting Options Appraisal - Friday 23rd February 2025

ID

A-8223

Document type

Bidding documents

Description

Supporting information for SMT 2 - including the background information regarding the

proposed lotting structure, example questionnaire and attached appendices.

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
51700000 Installation services of fire protection equipment Installation services (except software)
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
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
45343230 Sprinkler systems installation work Fire-prevention installation works
71630000 Technical inspection and testing services Technical testing, analysis and consultancy 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.