Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO12AL
Contact
Procurement Service
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://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
PRIMARY CONTRACTOR FRAMEWORK 2021 - PORTSMOUTH & SUB REGION
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Portsmouth City Council - the "Council" - has established a new Primary Contractor Framework. Contractors are able to undertake a range of multi-disciplinary project work on a Principal Contractor basis.
The Framework will serve as the primary route to procure building maintenance and to a lesser degree construction projects for Building Services within the Council, with works generally being undertaken to the Councils portfolio of nearly 15,000 social housing properties and 900 corporate assets.
The award of the framework agreement is 26th July 2021 and will be available to use for 4 years until 25th July 2025.
The framework agreement was established via evaluation of tenders submitted for Phase 1 works on Dunsmore Close flats 26-44, which comprises of a repair and improvement scheme to Local Authority blocks of flats.
Upon completion of Phase 1, the Council reserve the right to directly award a further two phases of works for additional blocks of flats for Dunsmore Close to the successful tenderer.
The estimated value for the works are -
• Phase 1 - £350K
• Phase 2 - £800K
• Phase 3 - £450K
The preferred bidder, D.M.Habens Ltd, and the next 12 highest-ranking contractors have been appointed onto the framework agreement, split into a primary tier of 6 contractors and a secondary tier of 7 contractors.
Typically works include but are not limited to;
• External and communal decoration
• Window replacement
• Roofing replacement
• Fire Door replacement
• Electrical works
• Fencing
• External repair to brickwork and concrete structures
Other projects may involve but are not limited to;
• Conversion of properties
• Refurbishment of properties
• Extensions
• Disabled adaptations
• Construction projects
It is forecast that the majority of projects, around 80% based upon historical demand, will be to the Councils social housing portfolio where residents usually remain in occupation for the
duration of works.
Although only a forecast subject to variation, the remaining 20% of projects are likely to be in relation to maintenance / construction of properties within the Councils varied corporate property portfolio, this includes properties such as;
• Schools
• Libraries
• Leisure centres
• Social Care Facilities
• Depots
• Commercial Buildings
• Community Centres
• Cultural assets
• Shops
It is anticipated that over the 4 year period up to £60m of PCC projects may be procured through the Framework based upon the agreed maintenance budget for 2021/22 and predicted budgets for future years.
Factoring in potential additional use by the PCC and use from other contracting authorities that will be able to access the framework agreement, either directly or via PCC, it is
anticipated that the maximum spend on the Framework could be as much £100m, although no commitment can be made in this respect.
Typically the majority of projects will range from £100k - £250k however there will be frequent occurrences where project values are below £100k ranging up to above £1.5m. There is no minimum or maximum project values as whilst the contract value ranges may differ the core work is of a similar nature.
The framework has a primary and secondary tier, whilst allowing for award of call off contracts via mini-competition and direct award against a range of options. Further details
on who can access the framework, the contract award provisions and operation see section II.2.4.
The procurement was undertaken in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015).
Application was via submission of completed tender via the Council's e-sourcing system accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home which was used to administrate the procurement process.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £100,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 44112000 - Miscellaneous building structures
- 44115000 - Building fittings
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45260000 - Roof works and other special trade construction works
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 50700000 - Repair and maintenance services of building installations
- 71200000 - Architectural and related services
- 71420000 - Landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
- UKJ32 - Southampton
- UKJ34 - Isle of Wight
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Main site or place of performance
Framework Access
In addition to use on Council assets, the Framework may be used by the Council when undertaking projects on behalf of other public sector clients within South Hampshire and the Isle of Wight. The Framework may also be accessed directly by the following Contracting Authorities -
Portsmouth City Council
• Havant Borough Council
• Fareham Borough Council
• Gosport Borough Council
• University of Portsmouth
• Solent NHS Trust (and its successors)
• Isle of Wight Council
• New Forest District Council
two.2.4) Description of the procurement
The framework agreement is comprised of a primary and secondary tier in order to provide contingency and ongoing competition. Framework rankings and placement in tiers were in accordance with tender evaluation scores achieved at establishment of the framework agreement.
The primary tier is made up of 6 contractors
1. D.M.Habens Ltd
2. Bell Decorating Group
3. A Purkiss Ltd
4. Ian Williams Ltd
5. Novus Property Solutions
6. Dartmouth General Contractors Ltd
The secondary tier is made up of 7 contractors
7. Comserv Uk Ltd
8. Kier Services Ltd
9. Hi-Tech Property Services
10. Mountjoy Ltd
11. Hankinson ltd
12. Etec Contract Services Ltd
13. Vale Southern Construction
The Council may increase the number of contractors on the primary tier over the course of the agreement and may also undertake re-tiering exercises whereby contractors from both tiers will be invited to submit bids which following evaluation will set new rankings and tier allocation.
Unless under exceptional circumstances the Council does not envisage undertaking such an exercise more than once within a 12 month period.
Contractor rankings and tiering may also be affected by performance scores achieved for framework projects. Tier 1 contractors who routinely do not bid for projects and / or who routinely submit uncompetitive bids may be demoted to Tier 2.
Framework Award Procedures and Operation
The framework will allow for award of call off contracts via mini-competition and direct award
against a range of options.
Mini-competitions will generally be run just using the primary tier but may be run across both
tiers for re-tiering exercises, times of reduced capacity and for non-standard works which may include for specialist works, geographical considerations, alternate contracting strategies etc. at the discretion of the Council.
Sifting briefs may be included for within mini-competitions for non-standard works which will establish a specific shortlist for the call off contract or may create a framework sub-lot for the non-standard work type in questions which can be subsequently used for further call offs, whether via mini-competition or direct award.
Direct awards may be made on a ranked basis or repeat work / work expansion basis. Where direct awards are made on a ranked basis this may be on the basis of a single contract award to the highest ranked contractor or multiple contract awards on a sliding scale value / preference basis by contractor rank.
Repeat work direct awards may be made to a contractor who has recently undertaken works of a very similar nature, either for the Council or for any other UK contracting authority. Work expansion direct awards may be made where the contractor is already in contract with the Council and further works are identified which may be brought into the scope of the contract.
Whilst it is anticipated that most call off contracts will be subject to JCT Minor Works or JCT Intermediate terms the full suite of JCT and NEC4 contracts may be utilised. Whilst most works will be let on a fully designed construct only basis contracts may also be let via a range of other strategies including for not limited to 2 stage open book design & build partner contracting, single stage design & build, single stage build only with contractor design portions, etc.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Risk Assessment / Weighting: 12
Quality criterion - Name: Project Programme / Weighting: 3
Quality criterion - Name: Project Resource / Weighting: 5
Quality criterion - Name: Quality Assurance / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Project Total Price / Weighting: 50
Cost criterion - Name: Combined Overhead and Profit % / Weighting: 5
Cost criterion - Name: Sum of Defined Trades / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
Individual call off contracts may be extended in line with the relevant call off terms used and the direct award provisions set out within the framework agreement.
two.2.14) Additional information
Included in the tender pack was the Primary Contractor - Framework Overview Document that provides a detailed review of the framework tiering, general operation and performance
measures. The following areas are covered in further detail -
• Historical Usage
• Future Use
• Framework Operation
o Tiering
o Re-tiering of Framework
o Suspension, Barring, Insolvency
o Yearly Review
o Competitive Re-Tiering
o Requirement to bid
o Excessively High Bids
• Awarding Work
• Call-Off Process - Standard Works
• Call Off Process - Non-Standard Works
• Call-Off Process - Direct Award
• Framework Management
• Procurement Compliance
o Accounts
o Insurance
o Quality Assurance Accreditations
o Health and Safety Accreditations
o Social Value
• Contractor Performance
o KPI Scoring
o Use of KPI's - performance monitoring
o Demotion to tier 2
o Expulsion from Framework
o Use of KPI's - tender weighting
• Rebate
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
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 000-007945
Section five. Award of contract
Title
PRIMARY CONTRACTOR FRAMEWORK 2021 to 2025 - PORTSMOUTH & SUB REGION
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 July 2021
five.2.2) Information about tenders
Number of tenders received: 22
Number of tenders received by electronic means: 22
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
D.M.Habens Ltd
WELLESLEY HOUSE 204 LONDON ROAD
Waterlooville
PO7 7AN
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
Companies House
03558772
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bell Decorating Group
Puckridge Barracks
Aldershot
GU11 2HL
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
SC114142
The contractor is an SME
No
five.2.3) Name and address of the contractor
A Purkiss Ltd
2A Limberline Road
Portsmouth
PO3 5JS
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
Companies House
3561215
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Ltd
First Floor, Unit 3, Park Court Premier Way
Romsey
SO51 9DN
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
0879464
The contractor is an SME
No
five.2.3) Name and address of the contractor
Novus Property Solutions
PO BOX 13 FIVE TOWNS HOUSE HILLSIDE
Stoke on trent
ST1 5SH
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
02403551
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dartmouth General Contractors Ltd
UNIT 4 DARTMOUTH BUILDINGS FORT FAREHAM BUSINESS PARK
Newgate Lane
PO14 1AH
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
Companies House
01276017
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
7. Comserv Uk Ltd
10 DOWNLEY ROAD
Havant
PO9 2N
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
05193429
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Kier Services Ltd
81 FOUNTAIN STREET
Manchester
M2 2EE
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02651873
The contractor is an SME
No
five.2.3) Name and address of the contractor
Hi Tech Property Services
UNIT 5 16 DAVIS WAY
Fareham
PO14 1JF
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
Companies House
04690266
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
10. Mountjoy Ltd
MOUNTBATTEN BUSINESS PARK
Portsmouth
PO6 1US
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
06009150
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
11. Hankinson ltd
Cotton Place
Wirral
CH41 6EF
Country
United Kingdom
NUTS code
- UKD - North West (England)
Companies House
03495743
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
12. Etec Contract Services Ltd
5 MARGARET ROAD
Romsey
RM2 5SH
Country
United Kingdom
NUTS code
- UKH - East of England
Companies House
05392794
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Vale Southern Construction
UNIT 20 FAIRWAY BUSINESS PARK AIRPORT SERVICE ROAD
Portsmouth
PO3 5NU
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
Companies House
02896202
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £100,000,000
Total value of the contract/lot: £378,555
Section six. Complementary information
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