Contract

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

  • Portsmouth City Council

F03: Contract award notice

Notice identifier: 2023/S 000-017715

Procurement identifier (OCID): ocds-h6vhtk-02eb1e

Published 21 June 2023, 5:16pm



Section one: Contracting authority

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

Buyer's 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

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

two.1.2) Main CPV code

  • 45240000 - Construction work for water projects

two.1.3) Type of contract

Works

two.1.4) Short description

Portsmouth City Council ('the council') on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), established a multi-contractor Coastal Engineering Minor Works Framework Agreement.

The framework commenced on 27th July 2022 and will run for a period of four years.

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.

Each framework lot is made up of 4 contractors.

The framework will be available to all current and future SCG and SCOPAC members who are classified as Contacting Authorities. In addition, the framework will also be accessible to all contracting authorities situated within the counties of Hampshire, Dorset, West Sussex, East Sussex, Isle of Wight, Kent, Somerset and Wiltshire.

The value of the framework across both lots is estimated to be in the region of £6million over four years. Based upon previous demand information it is likely that 70% of the estimated value will be procured via Lot 1 and 30% via Lot 2, however this may change significantly year on year due to the dynamic nature of the coastal environment. This is based on the known requirements of SCG and SCOPAC members. In the event of further schemes or take up by other authorities across Southern England, the total value of the framework could increase to £9million.

The average value of works called off via the framework for both Lots by SCG and SCOPAC is likely to range from £20k to £150k. However, there is also likely to be commissions below £20k and on occasion in excess of £500k, although no upper or lower value constraints shall apply.

The framework agreement has been let using the NEC4 Framework Agreement terms.

Contracting authorities have a variety of call-off mechanisms and

contracting options available for use which include for both mini-competition and direct award options.

Call-off contracts may be let using either the NEC4 PSC or TSC in either the long or short form and with the choice of all options as proportionate and relevant to the services which are being commissioned. Low value, non-complex works may also be awarded via the standard purchase order terms of the particular contracting authority commissioning the works.

The framework was established using the Restricted Procedure as set out within the Public Contracts Regulations (2015).

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: £9,000,000

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 will be 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.

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

All of the above members support the establishment of the framework agreement and have expressed interest in using the agreement once operational. However, no guarantees on usage and demand can be made.

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.2.5) Award criteria

Quality criterion - Name: Total of project scores / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 65

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 will be 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.

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

All of the above members support the establishment of the framework agreement and have expressed interest in using the agreement once operational. However, no guarantees on usage and demand can be made.

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.2.5) Award criteria

Quality criterion - Name: Total of project scores / Weighting: 35

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 65

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025521


Section five. Award of contract

Lot No

1

Title

Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Suttle Projects ltd

Swanage

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
Companies House

6734695

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £6,300,000

Total value of the contract/lot: £6,300,000


Section five. Award of contract

Lot No

1

Title

Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

JT Mackley & Co Ltd

Small Dole

Country

United Kingdom

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

258810

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £6,300,000

Total value of the contract/lot: £6,300,000


Section five. Award of contract

Lot No

1

Title

Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Avon Construction Ltd

Ringwood

Country

United Kingdom

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

5416775

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £6,300,000

Total value of the contract/lot: £6,300,000


Section five. Award of contract

Lot No

1

Title

Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Earlcoate Construction & Plant Hire Ltd

Fordingbridge

Country

United Kingdom

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

4196599

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £6,300,000

Total value of the contract/lot: £6,300,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ovenden Earthmoving Co Ltd

Canterbury

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

01919669

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,700,000

Total value of the contract/lot: £2,700,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

JT Mackley & Co Ltd

Small Dole

Country

United Kingdom

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

258810

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,700,000

Total value of the contract/lot: £2,700,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Les Searle Plant Hire and Sales Ltd

Horsham

Country

United Kingdom

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

1442513

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,700,000

Total value of the contract/lot: £2,700,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Earlcoate Construction & Plant Hire Ltd

Fordingbridge

Country

United Kingdom

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

4196599

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,700,000

Total value of the contract/lot: £2,700,000


Section six. Complementary information

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