CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: BLD0323-02 03 Fire Strategies Phase 2 & 3
2. Awarding Authority:
Ministry of Defence
Victory Building, Portsmouth Naval Base

Portsmouth
England
PO1 3LS
Contact:
Email: SCWaterfront@kbsmaritime.com
Phone:
URL:
3. Notice Type: Pipeline
4. Contract Type:
5. Description: Building Inspection & production of FIRE STRATEGY’ REPORTS in accordance with the following.
Building Regulations Part ‘B’ & all amendments. (This document is the primary document that PNB operates against)
Regulatory reform [fire safety] Order
COSHH Regulations.
The ‘Fire Strategy’ investigations and production of fire strategy reports shall be carried out by a ‘competent person’ who shall meet the relevant experience and qualifications to produce comprehensively the requirements of this SoR. The fire strategists shall be qualified as follows: –
Professional qualifications. Degree qualified and be Members or Fellow Members of the Institute of Fire Engineers
Minimum of 10 years’ experience in the field of ‘Fire Strategy’ reporting based on existing buildings.
Have a working Knowledge of:-
Experience with IOSH Managing Safely. Carry NEBOSH National General Certificate. Carry HABC Level 2 award in fire safety. BAFE registered. ISO9001 Loss Prevention Certification Board (LPPC).Fire Industry Association (FIA).United Kingdom Accredited Service (UKAS).FIRAS Certification. TRADA.
The qualifications and verification of expertise and experience of proposed personnel shall be clearly defined as part of the tender procedure. Changes to the staff presented within the tender are only to be changed if agreed with the Project Manager at the time of the negotiations and contract awarded. It is important that the quality and relevant experience of team members is maintained throughout the contract until handover.
All fire strategies shall take account of the buildings as built and the associated standards that were applicable at the time of the design and construction of the buildings. Where age of building is not known then best practice will be observed taking account of the buildings use and escape routes available.
Where buildings have been modified the revised layouts shall be used to determine the appropriate strategy while keeping to the original intended proposals as far as is possible.
Occupancy levels shall be verified for each building.
The fire strategies developed will be for a mixture of complex and Non-Complex arrangements depending on the building type, use occupancy level etc. The successful Subcontractor shall review and determine the complexity of the buildings, agree with the client and KBS and develop the strategies around these decisions.
6. CPV Codes:
71317100 – Fire and explosion protection and control consultancy services
7. NUTS Codes: UKJ31
8. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: South East
9. Reference Attributed by the Awarding Authority:
tender_524239/1560883
10. Estimated Value of Requirement: £500,000
11. Start Date: 03/08/2026
12. End Date: 05/01/2028
13. Closing Date: 03/01/0001
14. Other Information:
Additional Text

For further information/documentation please visit:

RELATED ARTICLES

March 20, 2026

SUPPLY CHAIN NOTICE - Central Substation RIBA4 & Build

Type of document: Contract Notice Country: United Kingdom 1. Title: SUPPLY CHAIN NOTICE – Central Substation RIBA4 & Build 2. Awarding Authority: Ministry of

March 20, 2026

FDIS - Rosyth External Refurbishments to 26 properties - FY2026/27 - Amey North Region - Scotland

Type of document: Contract Notice Country: United Kingdom 1. Title: FDIS – Rosyth External Refurbishments to 26 properties – FY2026/27 – Amey