Award

Extension to Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)

  • Portsmouth City Council

F15: Voluntary ex ante transparency notice

Notice identifier: 2026/S 000-003835

Procurement identifier (OCID): ocds-h6vhtk-060789

Published 16 January 2026, 11:55am



Section one: Contracting authority/entity

one.1) Name and addresses

Portsmouth City Council

Civic Offices, Guildhall Square

Portsmouth

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

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

Extension to Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)

Reference number

Contract Award Notice Notice Reference: 2023/S 000-017715

two.1.2) Main CPV code

  • 45240000 - Construction work for water projects

two.1.3) Type of contract

Works

two.1.4) Short description

This is not a new contract opportunity, but rather a VEAT notice to inform the market that the Council is seeking to extend its existing 4 year framework agreement established in May 2022 by Portsmouth City Council on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), for a multi-contractor Coastal Engineering Minor Works Framework Agreement.

The framework comprises of 2 lots. Lot 1 is concerned with the provision of General Coastal Civil Engineering Works and Lot 2 is concerned with the provision of Specialist Beach Management Works.

The requirement for the services is ongoing. It is the intention of the council to undertake Pre-Market Engagement to test different commercials models, lotting structure and values, etc., prior to re-tender this framework in Spring 2026. The PME notice is planned for issue Jan/Feb 2025.

It is our aim to have a new framework in effect prior to the end of the proposed extension period.

To allow time to undertake PME and this new procurement, the proposed extension will be for 7.2 months from 02/05/2026 - 30/11/2026 and would continue seamlessly from the expiry date of the current framework on 2nd May 2026.

We also propose to increase the value of the framework by £1,350,000 from £9,000,000 to £10,350,000 to encompass forecast spend during this period.

The proposed extension would be executed under Public Contract Regulations 2015 - Regulation 72 (1(f)) - Paragraph 5.

With respect to Reg 72 Paragraph 5(a), the extension value of £1,350,000 is below the relevant threshold in regulation 5 for Works, which has a current threshold of EUR 5 350 000 (£5,372,609).

With respect to Reg 72 Paragraph 5(b), the extension value increase is within 15% of the initial contract (For works contracts).

There are no modifications to scope, and does not alter the overall nature of the framework agreement.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,350,000

two.2) Description

two.2.1) Title

Lot 1 - General Coastal Civil Engineering Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45241000 - Harbour construction works
  • 45242110 - Launchway construction work
  • 45243000 - Coastal-defence works
  • 45244000 - Marine construction works
  • 45246000 - River regulation and flood control works
  • 45247000 - Construction work for dams, canals, irrigation channels and aqueducts
  • 45252124 - Dredging and pumping works

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK15 - Wiltshire CC
  • UKK2 - Dorset and Somerset
Main site or place of performance

The framework is available to all SCG and SCOPAC members, including any future iterations of these groups which may include for changes in existing member status and / or addition of new members over the term of the framework agreement, However, no guarantees on usage and demand can be made.

The current list of SCG & SCOPAC local authority and Harbour Authority members includes:

• Bournemouth, Christchurch and Poole Council

• Chichester District Council

• Dorset Council

• Eastleigh Borough Council

• Fareham Borough Council

• Gosport Borough Council

• Hampshire County Council

• Havant Borough Council

• Isle of Wight Council

• New Forest District Council

• Portsmouth City Council

• Southampton City Council

• Chichester Harbour Conservancy

• Langstone Harbour Board

• Poole Harbour Commissioners

• Yarmouth Harbour Commissioners

two.2.4) Description of the procurement

All contractors have the ability to provide comprehensive coastal engineering services as required. A non-exhaustive list of the core services for lot 1 that may be sourced via the framework agreement are stated below:

Core - Lot 1 (General Coastal Civil Engineering Works)

• Drainage infrastructure.

• Earth and flood embankments

• Flood gates, boards and demountable defences.

• Heritage works

• H&S issues and emergency works response.

• Incidental beach management works.

• Marine and harbour works

• Piling works

• Precast and insitu concrete works

• Rock works

• Slipways, promenades, steps and access ramps.

• Timber groyne & revetment works

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2 - Specialist Beach Management Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45112320 - Land-reclamation work
  • 45112360 - Land rehabilitation work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45241000 - Harbour construction works
  • 45243000 - Coastal-defence works
  • 45244000 - Marine construction works
  • 45246000 - River regulation and flood control works
  • 45247000 - Construction work for dams, canals, irrigation channels and aqueducts

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK15 - Wiltshire CC
  • UKK2 - Dorset and Somerset
Main site or place of performance

The framework is available to all SCG and SCOPAC members, including any future iterations of these groups which may include for changes in existing member status and / or addition of new members over the term of the framework agreement. However, no guarantees on usage and demand can be made.

The current list of SCG & SCOPAC local authority and Harbour Authority members includes:

• Bournemouth, Christchurch and Poole Council

• Chichester District Council

• Dorset Council

• Eastleigh Borough Council

• Fareham Borough Council

• Gosport Borough Council

• Hampshire County Council

• Havant Borough Council

• Isle of Wight Council

• New Forest District Council

• Portsmouth City Council

• Southampton City Council

• Chichester Harbour Conservancy

• Langstone Harbour Board

• Poole Harbour Commissioners

• Yarmouth Harbour Commissioners

two.2.4) Description of the procurement

All contractors have the ability to provide comprehensive coastal engineering services as required for each lot. A non-exhaustive list of the core services for lot 2 that may be sourced via the framework agreement are stated below:

Core - Lot 2 (Specialist Beach Management Works)

• Beach management works.

• Excavation, haulage, deposition, profiling and screening of beach material.

• Ground works associated with flood and coastal risk management.

• H&S issues and emergency works response.

• Incidental general coastal civil engineering works.

• Land based importing of suitable beach material from external sources.

• Slipways, promenades, steps and access ramps

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • New works/services, constituting a repetition of existing works/services

Explanation:

This VEAT notice relates to the extension of a framework agreement, originally awarded in April 2022. The proposed extension is based on the existing terms and conditions and does not render the agreement materially different in character as the same services are being provided. The Council does not consider that if the Framework had originally been advertised to include this extension that it would have attracted any different participants or candidates or that the outcome of the original procurements would have been any different.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

15 April 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

Suttle Projects Ltd

Swanage

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
Companies House

6734695

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

JT Mackley & Co Ltd

Small Dole

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

258810

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Avon Construction Ltd

Ringwood

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

5416775

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Earlcoate Construction & Plant Hire Ltd

Fordingbridge

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

4196599

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Ovenden Earthmoving Co Ltd

Canterbury

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

01919669

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Les Searle Plant Hire and Sales Ltd

Horsham

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

1442513

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £10,350,000


Section six. Complementary information

six.3) Additional information

The Framework has provided quick access to the market around the central south coast of England for small coastal works below threshold value since May 2022. The framework has worked well, the suppliers are performing, and it is still delivering good value for these minor works.

This extension, which has been agreed to by the suppliers across both Lots, does not propose to change the Scope or nature of the Framework and would continue to operate under its existing terms and conditions and fees.

It is felt that the extension of the framework would provide better continuity for all involved and protections for Contracting Authorities by continuing to use the established processes, contract terms & conditions, KPIs and framework management tools that the framework provides.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WCA 2LL

Telephone

+44 2079476000

Country

United Kingdom