Tender

Coastal Partners - Archaeological, Heritage and Associated Services Multi-Supplier Framework Agreement

  • Portsmouth City Council

F02: Contract notice

Notice identifier: 2021/S 000-000703

Procurement identifier (OCID): ocds-h6vhtk-028a13

Published 13 January 2021, 5:02pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Procurement Service, Floor 5 Core 3/4, Civic Office, Guildhall Square

Portsmouth

PO1 2AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

NUTS code

UKJ31 - Portsmouth

Internet address(es)

Main address

https://www.portsmouth.gov.uk/ext/business/business.aspx

Buyer's address

https://www.portsmouth.gov.uk/ext/business/business.aspx

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Coastal Partners - Archaeological, Heritage and Associated Services Multi-Supplier Framework Agreement

Reference number

P00003463

two.1.2) Main CPV code

  • 71351914 - Archaeological services

two.1.3) Type of contract

Services

two.1.4) Short description

Portsmouth City Council, on behalf of the Coastal Partners, is inviting tenders from suitably qualified and experienced consultants for inclusion onto a multi-supplier framework agreement for the provision of Archaeological and Heritage services. Targeted award is 17th March 2021 and will run for 4 years extendable in increments to a maximum total of 8 years. The estimated value of work in totality that could be let via the framework may range from £250,000 - £750,000. Average call-off values from the framework will be £20,000 - £40,000 and typically between two and three commissions a year. The framework agreement will be established using, in part, evaluation of tenders for the two live Coastal Partners projects:• North Portsea Island Scheme •Langstone FCERM Scheme. The Council will run the procurement procedure in accordance with the Open Procedure as defined within PCR (2015). Deadline for submissions is 12th February.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71351914 - Archaeological services
  • 45112450 - Excavation work at archaeological sites
  • 71351720 - Geophysical surveys of archaeological sites
  • 71351811 - Topographical surveys of archaeological sites

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UK - UNITED KINGDOM
  • UKJ35 - South Hampshire
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Refer to additional information section.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

In the case of framework agreements, provide justification for any duration exceeding 4 years:

In order to provide sufficient time to undertake effective archaeological & heritage activities across its portfolio and allow for continuity of supplier across subsequent work phases the Council requires an option to extend the framework agreement accordingly to a maximum term of 8 years

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 February 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 February 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Winter 2023

six.3) Additional information

The framework agreement may only be utilised by existing or future members of Coastal Partners and only in relation to the provision of commissions which relate to assets that fall under the ownership of the relevant Council. Membership is open to all UK Contracting Authorities. The Council will run the procurement procedure to the following timetable:• Publication of tender documents: 13.01.2021• Bidders Briefing : 27.01.2021 14:00• Clarification request deadline: 05.02.2021 23:59• Tender return deadline: 12.02.2021 14:00• Interview period: 01.03.2021 - 02.03.2021• Preferred bidders notification: 05.03.2021• Framework / contract award: 17.03.2021The agreement will be let using the Council's standard framework agreement terms with call off contracts let using the NEC4 suite of contracts, predominantly utilising the NEC4 Professional Services Contract in both long form and short form. Call off contracts may be let via direct award or mini-competition, (Call off options set out in tender pack) with the decision on which option to use being at the sole discretion of the Council.The scope of core and non-core services which may be commissioned via the agreement are detailed within the tender pack.It is intended the live projects will be awarded to the highest scoring supplier on an individual project basis. The consultant who achieves the highest score, plus the next ranking successful consultants up to a maximum total number of 4 will be appointed to the framework agreement. Following award of the framework contract, the successful tenderer will be required to start work on Langstone at end of March 2021 and on NPI at start of April 2021.North Portsea Island Scheme - phase 5 (Project 1) - Estimated value of initial work is not expected to exceed £25,000 (up to £45,000 if continued to construction phase). Let under an NEC 4-PSSC. Langstone FCERM Scheme (Project 2) - Estimated value of initial work is not expected to exceed £20,000. (Up to £45,000 if continued to construction phase). Let under an NEC 4-PSSC.The projects will be commissioned in accordance with the fixed fee and rates submitted at tender. In addition to acting as a tender submission element for the purposes of awarding the projects and places on the framework agreement, the rates submitted, allowing for annual inflation, must be honoured throughout the term of the framework agreement on a meet or beat basis in respect of future call offs.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://www.justice.gov.uk/