Section one: Contracting authority
one.1) Name and addresses
PORTSMOUTH CITY COUNCIL
Portsmouth City Council
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
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 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), is inviting expressions of interest from suitably qualified contractors for inclusion onto a multi-contractor Coastal Engineering Minor Works Framework Agreement.
The Council is aiming to commence the framework on 4th April 2022 and will run for a period of four years.
The framework will comprise 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. Contractors may apply in respect of 1 or both lots.
Each framework lot will be made up of a primary tier of 4 contractors and a secondary tier of 2-3 contractors. The secondary tier will primarily be used on a contingency resource basis.
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 will be let using the NEC4 Framework Agreement terms.
Once established, contracting authorities will 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 will 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 will be established using the Restricted Procedure as set out within the Public Contracts Regulations (2015). The council anticipates shortlisting 6-7 contractors for each lot from assessment of returned Supplier Selection Questionnaire submissions who will then be invited to tender.
The procurement procedure will be run in accordance with the following summary programme:
Bidders Briefing via Teams 21/10/21 10:00 - 11:00
Deadline for SSQ clarification 28/10/21
SSQ return deadline 12/11/21 14:00
Issue ITT (For Civils Works lot 1) 06/12/21
Deadline for ITT 20/01/22
Notification of award & standstill 21/02/22
Award 03/03/22
Issue ITT (for Beach Works lot 2) 13/12/21
Deadline for ITT 27/01/22
Notification of award 28/02/22
Award 10/03/22
Framework commencement 04/04/22
Application is via submission of completed Supplier Selection Questionnaire and associated documentation by 11th November 2021 14:00 via the Council's e-sourcing system InTend will be used to administrate the procurement process and is accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
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 must 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,300,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As stated within the SSQ documentation accessible via InTend.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.14) Additional information
Once established, contracting authorities will have a variety of call-off mechanisms and contracting options available for use which include for both mini-competition and direct award options.
These will include:
Mini Competition
• Mini-competition amongst all Primary Tier Contractors.
• Mini-competition may also include for Secondary Tier
Contractors in the following situations - capacity / performance issues with Primary Tier Contractors on a contingency basis, specialist works requirements, higher / lower value works, geographical considerations, in term re-tiering mini-competitions.
• Mini-competitions may also be undertaken either via an individual Lot or across both in order establish additional Lots and Sub-Lots via the framework agreement for specialist work types, high / low works values, geographical locations, alternative contracting strategies.
Direct Award
• On a ranked basis - call-off contracts will be awarded to the highest ranked contractor. Where the highest ranked contractor does not have the required capacity or there are performance issues, the second ranked contractor will be approached, and so on.
• On a work development basis - in the event that any framework contractor has delivered an initial phase of related works, either via this framework agreement or via another contracting route, future phases may be awarded via direct award to the same contractor.
• On a repeat specialist work basis - where SCG or SCOPAC requirements are very similar to specialist works already delivered by a contractor for the contracting authority making the award or for work undertaken for any other UK contracting authority let either via this framework agreement or another contracting route, a direct award may be made using this framework to the same contractor.
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 must 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Estimated timing for further notices to be published: It is envisaged that a further notice will be published in Autumn 2025 for a future iteration of the this framework. This will be dependent on the nature of future requirements and the need for a new framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As stated within the SSQ documentation accessible via InTend.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.14) Additional information
Once established, contracting authorities will have a variety of call-off mechanisms and contracting options available for use which include for both mini-competition and direct award options. These will include:
Mini Competition
• Mini-competition amongst all Primary Tier Contractors.
• Mini-competition may also include for Secondary Tier Contractors in the following situations - capacity / performance issues with Primary Tier Contractors on a contingency basis, specialist works requirements, higher / lower value works, geographical considerations, in term re-tiering mini-competitions.
• Mini-competitions may also be undertaken either via an individual Lot or across both in order establish additional Lots and Sub-Lots via the framework agreement for specialist work types, high / low works values, geographical locations, alternative contracting strategies.
Direct Award
• On a ranked basis - call-off contracts will be awarded to the highest ranked contractor. Where the highest ranked contractor does not have the required capacity or there are performance issues, the second ranked contractor will be approached, and so on.
• On a work development basis - in the event that any framework contractor has delivered an initial phase of related works, either via this framework agreement or via another contracting route, future phases may be awarded via direct award to the same contractor.
• On a repeat specialist work basis - where SCG or SCOPAC requirements are very similar to specialist works already delivered by a contractor for the contracting authority making the award or for work undertaken for any other UK contracting authority let either via this framework agreement or another contracting route, a direct award may be made using this framework to the same contractor.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated within the SSQ documentation accessible via InTend.
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
Restricted 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: 14
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 November 2021
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 December 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: It is envisaged that a further notice will be published in Autumn 2025 for a future iteration of the this framework. This will be dependent on the nature of future requirements and the need for a new framework.
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