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
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