Notice Information
Notice Title
Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)
Notice 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, with no option to extend. 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 PS6million 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 PS9million. The average value of works called off via the framework for both Lots by SCG and SCOPAC is likely to range from PS20k to PS150k. However, there is also likely to be commissions below PS20k and on occasion in excess of PS500k, although no upper or lower value constraints shall apply. 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 procedu... Additional information: Is a Recurrent Procurement Type? : No
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-a1efeb96-6505-4c22-b5dc-aec5b0f65907
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f76e9909-06d8-4bd1-ac8e-481c0eb5d610
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45112320 - Land-reclamation work
45112360 - Land rehabilitation work
45112500 - Earthmoving work
45240000 - Construction work for water projects
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
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Oct 20214 years ago
- Submission Deadline
- 12 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 4 Apr 2022 - 4 Apr 2026 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PORTSMOUTH CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- HAMPSHIRE
- Postcode
- PO1 2BJ
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- Not specified
-
- Local Authority
- Portsmouth
- Electoral Ward
- Charles Dickens
- Westminster Constituency
- Portsmouth South
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f76e9909-06d8-4bd1-ac8e-481c0eb5d610
15th October 2021 - Opportunity notice on Contracts Finder -
https://in-tendhost.co.uk/portsmouthcc/aspx/
Additional information on how to apply for this contract
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-a1efeb96-6505-4c22-b5dc-aec5b0f65907-2021-10-15T14:26:00+01:00",
"date": "2021-10-15T14:26:00+01:00",
"ocid": "ocds-b5fd17-a1efeb96-6505-4c22-b5dc-aec5b0f65907",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "P00004593",
"title": "Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)",
"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, with no option to extend. 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 PS6million 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 PS9million. The average value of works called off via the framework for both Lots by SCG and SCOPAC is likely to range from PS20k to PS150k. However, there is also likely to be commissions below PS20k and on occasion in excess of PS500k, although no upper or lower value constraints shall apply. 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 procedu... Additional information: Is a Recurrent Procurement Type? : No",
"datePublished": "2021-10-12T18:35:18+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45240000",
"description": "Construction work for water projects"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45252124",
"description": "Dredging and pumping works"
},
{
"scheme": "CPV",
"id": "45243000",
"description": "Coastal-defence works"
},
{
"scheme": "CPV",
"id": "45246000",
"description": "River regulation and flood control works"
},
{
"scheme": "CPV",
"id": "45241000",
"description": "Harbour construction works"
},
{
"scheme": "CPV",
"id": "45244000",
"description": "Marine construction works"
},
{
"scheme": "CPV",
"id": "45242110",
"description": "Launchway construction work"
},
{
"scheme": "CPV",
"id": "45247000",
"description": "Construction work for dams, canals, irrigation channels and aqueducts"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45112320",
"description": "Land-reclamation work"
},
{
"scheme": "CPV",
"id": "45112360",
"description": "Land rehabilitation work"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "PO1 2BJ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "PO1 2BJ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-11-12T14:00:00Z"
},
"contractPeriod": {
"startDate": "2022-04-04T01:00:00+01:00",
"endDate": "2026-04-04T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f76e9909-06d8-4bd1-ac8e-481c0eb5d610",
"datePublished": "2021-10-12T18:35:18+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2021-10-15T14:26:00+01:00"
},
{
"id": "2",
"description": "Additional information on how to apply for this contract",
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/"
}
]
},
"parties": [
{
"id": "GB-CFS-3629",
"name": "Portsmouth City Council",
"identifier": {
"legalName": "Portsmouth City Council"
},
"address": {
"streetAddress": "Guildhall Square, Portsmouth",
"locality": "Hampshire",
"postalCode": "PO1 2BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Service",
"email": "procurement@portsmouthcc.gov.uk",
"telephone": "023 9268 8235"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-3629",
"name": "Portsmouth City Council"
}
}