Notice Information
Notice Title
Design & Build Industrial / Commercial Contractor Framework - Dunsbury Park
Notice Description
Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement. The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022. The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement. The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to PS50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further PS20M, producing an upper total agreement estimated spend value of PS70M. A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. PS8M. Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots. The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022. Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022. The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications. The procurement process will be run in accordance with the following outline programme: * Issue of FTS Contract Notice - 21.09.21 * Issue of SSQ documentation - 21.09.21 * SSQ submission deadline - 22.10.21, 12:00 * Issue of ITT documentation - 08.11.21 * Tender submission deadline - 06.12.21 12:00 * Notification of award decision - 07.01.22 * Framework commencement - 31.01.22 * Plots 500-502 PCSA commencement - 31.01.22 The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below: https://in-tendhost.co.uk/portsmouthcc/aspx/home Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above.
Lot Information
Lot 1
Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement. The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. For further information regarding Dunsbury Park and current development status please refer to 'Section II.2.14. Additional information' below. The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022. The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement. The framework agreement will be established for the sole use of the Developer and will not be available for other UK Contracting Authorities to access. The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to PS50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further PS20M, producing an upper total agreement estimated spend value of PS70M. The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as: * Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc. * Pro-active support in identifying micro and macro environment threats and opportunities * Site wide Master Planning support * Site wide Design Code development * Plot specific Feasibility & Options Appraisal support * Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities * Development of outline design * Surveys, Modelling & Enabling Works * Environmental assessments, engagement with approving bodies, gaining of required approvals * Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate * Preparation, submission and discharge of planning application and conditions * Development of detailed design * Development of costings, programme, work methodologies on 2 stage open book partnership basis * Construction works on principal contractor basis * Handover, snagging and defects management * *Hard FM and other associated services *The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors. A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. PS8M. Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots. The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022. Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022. Future call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows: MINI-COMPETITION TENDER * All framework contractors will be invited to submit mini-competition tenders * The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements * Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant * The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents NEGOTIATED DIRECT AWARD (via application of any or all of the following) * Award via application of framework contractor bidding and delivery performance * Award via application of framework contractor repeat work / extension of existing call off contract considerations * Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment. However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question. Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate. Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015). Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer. In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process. The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications. The procurement process will be run in accordance with the following outline programme: * Issue of FTS Contract Notice - 21.09.21 * Issue of SSQ documentation - 21.09.21 * SSQ submission deadline - 22.10.21, 12:00 * Issue of ITT documentation - 08.11.21 * Tender submission deadline - 06.12.21 12:00 * Notification of award decision - 07.01.22 * Framework commencement - 31.01.22 * Plots 500-502 PCSA commencement - 31.01.22 The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below: https://in-tendhost.co.uk/portsmouthcc/aspx/home Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above. Additional information: The Developer is the freehold owner of some 20.8 hectares (49.41 acres) of land adjoining J3 of A3M junction at Waterlooville. The site is marketed under the title of 'Dunsbury Park' and is located at Fitzwygram Way, Hampshire, PO9 4EE. The Developer commenced direct development of the site in 2014 which to date has encompassed the delivery of road infrastructure, site levelling, utility connections and approx. 35,000 sqm of commercial buildings. The remaining development is currently based on UMC Masterplan 'Option 7'. This comprises 8 no. units with a combined area of approximately 50,000 sqm. The current occupational position, planning strategy and remaining land for development is included for within the SSQ documentation pack accessible via InTend.
Options: The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as: * Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc. * Pro-active support in identifying micro and macro environment threats and opportunities * Site wide Master Planning support * Site wide Design Code development * Plot specific Feasibility & Options Appraisal support * Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities * Development of outline design * Surveys, Modelling & Enabling Works * Environmental assessments, engagement with approving bodies, gaining of required approvals * Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate * Preparation, submission and discharge of planning application and conditions * Development of detailed design * Development of costings, programme, work methodologies on 2 stage open book partnership basis * Construction works on principal contractor basis * Handover, snagging and defects management * *Hard FM and other associated services *The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors. Call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows: MINI-COMPETITION TENDER * All framework contractors will be invited to submit mini-competition tenders * The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements * Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant * The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents NEGOTIATED DIRECT AWARD (via application of any or all of the following) * Award via application of framework contractor bidding and delivery performance * Award via application of framework contractor repeat work / extension of existing call off contract considerations * Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment. However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question. Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate. Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015). Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer. In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e339
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023494-2021
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45111100 - Demolition work
45111200 - Site preparation and clearance work
45111213 - Site-clearance work
45111220 - Scrub-removal work
45111230 - Ground-stabilisation work
45111240 - Ground-drainage work
45111250 - Ground investigation work
45111291 - Site-development work
45112100 - Trench-digging work
45112200 - Soil-stripping work
45112210 - Topsoil-stripping work
45112310 - Infill work
45112340 - Soil-decontamination work
45112400 - Excavating work
45112500 - Earthmoving work
45112600 - Cut and fill
45112700 - Landscaping work
45112710 - Landscaping work for green areas
45113000 - Siteworks
45120000 - Test drilling and boring work
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213100 - Construction work for commercial buildings
45213150 - Office block construction work
45213200 - Construction work for warehouses and industrial buildings
45213210 - Cold-storage installations
45213251 - Industrial units construction work
45213252 - Workshops construction work
45213260 - Stores depot construction work
45213312 - Car park building construction work
45213351 - Maintenance hangar construction work
45213352 - Service depot construction work
45213400 - Installation of staff rooms
45214600 - Construction work for research buildings
45214610 - Laboratory building construction work
45214620 - Research and testing facilities construction work
45214630 - Scientific installations
45233123 - Secondary road construction work
45233128 - Roundabout construction work
45233129 - Crossroad construction work
45233140 - Roadworks
45233161 - Footpath construction work
45262410 - Structural steel erection work for buildings
45262800 - Building extension work
45311000 - Electrical wiring and fitting work
45312100 - Fire-alarm system installation work
45312200 - Burglar-alarm system installation work
45314200 - Installation of telephone lines
45314300 - Installation of cable infrastructure
45314310 - Installation of cable laying
45314320 - Installation of computer cabling
45316100 - Installation of outdoor illumination equipment
45321000 - Thermal insulation work
45331100 - Central-heating installation work
45331110 - Boiler installation work
45331200 - Ventilation and air-conditioning installation work
45331230 - Installation work of cooling equipment
45331231 - Installation work of refrigeration equipment
45332000 - Plumbing and drain-laying work
45341000 - Erection of railings
45342000 - Erection of fencing
45343000 - Fire-prevention installation works
45350000 - Mechanical installations
45421000 - Joinery work
45431000 - Tiling work
45432100 - Floor laying and covering work
45432130 - Floor-covering work
45432210 - Wall-covering work
45440000 - Painting and glazing work
71221000 - Architectural services for buildings
71222000 - Architectural services for outdoor areas
71223000 - Architectural services for building extensions
71241000 - Feasibility study, advisory service, analysis
71242000 - Project and design preparation, estimation of costs
71245000 - Approval plans, working drawings and specifications
71246000 - Determining and listing of quantities in construction
71248000 - Supervision of project and documentation
71311220 - Highways engineering services
71312000 - Structural engineering consultancy services
71313100 - Noise-control consultancy services
71313200 - Sound insulation and room acoustics consultancy services
71313410 - Risk or hazard assessment for construction
71313420 - Environmental standards for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71313450 - Environmental monitoring for construction
71315100 - Building-fabric consultancy services
71315200 - Building consultancy services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71322500 - Engineering-design services for traffic installations
71325000 - Foundation-design services
71332000 - Geotechnical engineering services
71334000 - Mechanical and electrical engineering services
71410000 - Urban planning services
71420000 - Landscape architectural services
71510000 - Site-investigation services
71610000 - Composition and purity testing and analysis services
71621000 - Technical analysis or consultancy services
77314000 - Grounds maintenance services
79314000 - Feasibility study
90610000 - Street-cleaning and sweeping services
90911000 - Accommodation, building and window cleaning services
Notice Value(s)
- Tender Value
- £70,000,000 £10M-£100M
- Lots Value
- £70,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Sep 20214 years ago
- Submission Deadline
- 22 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Autumn 2025
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PORTSMOUTH CITY COUNCIL
- Contact Name
- Procurement Service
- Contact Email
- procurement@portsmouthcc.gov.uk
- Contact Phone
- +44 2392688235
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO1 2AL
- 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
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-h6vhtk-02e339-2021-09-21T16:32:45+01:00",
"date": "2021-09-21T16:32:45+01:00",
"ocid": "ocds-h6vhtk-02e339",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02e339",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Design & Build Industrial / Commercial Contractor Framework - Dunsbury Park",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45213000",
"description": "Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport"
},
"mainProcurementCategory": "works",
"description": "Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement. The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022. The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement. The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to PS50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further PS20M, producing an upper total agreement estimated spend value of PS70M. A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. PS8M. Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots. The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022. Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022. The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications. The procurement process will be run in accordance with the following outline programme: * Issue of FTS Contract Notice - 21.09.21 * Issue of SSQ documentation - 21.09.21 * SSQ submission deadline - 22.10.21, 12:00 * Issue of ITT documentation - 08.11.21 * Tender submission deadline - 06.12.21 12:00 * Notification of award decision - 07.01.22 * Framework commencement - 31.01.22 * Plots 500-502 PCSA commencement - 31.01.22 The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below: https://in-tendhost.co.uk/portsmouthcc/aspx/home Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above.",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement. The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. For further information regarding Dunsbury Park and current development status please refer to 'Section II.2.14. Additional information' below. The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022. The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement. The framework agreement will be established for the sole use of the Developer and will not be available for other UK Contracting Authorities to access. The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to PS50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further PS20M, producing an upper total agreement estimated spend value of PS70M. The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as: * Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc. * Pro-active support in identifying micro and macro environment threats and opportunities * Site wide Master Planning support * Site wide Design Code development * Plot specific Feasibility & Options Appraisal support * Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities * Development of outline design * Surveys, Modelling & Enabling Works * Environmental assessments, engagement with approving bodies, gaining of required approvals * Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate * Preparation, submission and discharge of planning application and conditions * Development of detailed design * Development of costings, programme, work methodologies on 2 stage open book partnership basis * Construction works on principal contractor basis * Handover, snagging and defects management * *Hard FM and other associated services *The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors. A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. PS8M. Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots. The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022. Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022. Future call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows: MINI-COMPETITION TENDER * All framework contractors will be invited to submit mini-competition tenders * The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements * Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant * The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents NEGOTIATED DIRECT AWARD (via application of any or all of the following) * Award via application of framework contractor bidding and delivery performance * Award via application of framework contractor repeat work / extension of existing call off contract considerations * Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment. However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question. Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate. Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015). Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer. In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process. The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications. The procurement process will be run in accordance with the following outline programme: * Issue of FTS Contract Notice - 21.09.21 * Issue of SSQ documentation - 21.09.21 * SSQ submission deadline - 22.10.21, 12:00 * Issue of ITT documentation - 08.11.21 * Tender submission deadline - 06.12.21 12:00 * Notification of award decision - 07.01.22 * Framework commencement - 31.01.22 * Plots 500-502 PCSA commencement - 31.01.22 The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below: https://in-tendhost.co.uk/portsmouthcc/aspx/home Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above. Additional information: The Developer is the freehold owner of some 20.8 hectares (49.41 acres) of land adjoining J3 of A3M junction at Waterlooville. The site is marketed under the title of 'Dunsbury Park' and is located at Fitzwygram Way, Hampshire, PO9 4EE. The Developer commenced direct development of the site in 2014 which to date has encompassed the delivery of road infrastructure, site levelling, utility connections and approx. 35,000 sqm of commercial buildings. The remaining development is currently based on UMC Masterplan 'Option 7'. This comprises 8 no. units with a combined area of approximately 50,000 sqm. The current occupational position, planning strategy and remaining land for development is included for within the SSQ documentation pack accessible via InTend.",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Application is via completion and submission of a project specific Supplier Status Questionnaire (SSQ). Applications will be assessed via application of the criteria set out within the SSQ documentation. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 highest scoring shortlisted contractors to tender. The SSQ documentation is accessible via the Developer's e-sourcing solution which will be used to administrate the procurement process and is accessible free of charge via the link below: https://in-tendhost.co.uk/portsmouthcc/aspx/home/"
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as: * Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc. * Pro-active support in identifying micro and macro environment threats and opportunities * Site wide Master Planning support * Site wide Design Code development * Plot specific Feasibility & Options Appraisal support * Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities * Development of outline design * Surveys, Modelling & Enabling Works * Environmental assessments, engagement with approving bodies, gaining of required approvals * Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate * Preparation, submission and discharge of planning application and conditions * Development of detailed design * Development of costings, programme, work methodologies on 2 stage open book partnership basis * Construction works on principal contractor basis * Handover, snagging and defects management * *Hard FM and other associated services *The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors. Call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows: MINI-COMPETITION TENDER * All framework contractors will be invited to submit mini-competition tenders * The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements * Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant * The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents NEGOTIATED DIRECT AWARD (via application of any or all of the following) * Award via application of framework contractor bidding and delivery performance * Award via application of framework contractor repeat work / extension of existing call off contract considerations * Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment. However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question. Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate. Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015). Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer. In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111100",
"description": "Demolition work"
},
{
"scheme": "CPV",
"id": "45111200",
"description": "Site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45111213",
"description": "Site-clearance work"
},
{
"scheme": "CPV",
"id": "45111220",
"description": "Scrub-removal work"
},
{
"scheme": "CPV",
"id": "45111230",
"description": "Ground-stabilisation work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45111250",
"description": "Ground investigation work"
},
{
"scheme": "CPV",
"id": "45111291",
"description": "Site-development work"
},
{
"scheme": "CPV",
"id": "45112100",
"description": "Trench-digging work"
},
{
"scheme": "CPV",
"id": "45112200",
"description": "Soil-stripping work"
},
{
"scheme": "CPV",
"id": "45112210",
"description": "Topsoil-stripping work"
},
{
"scheme": "CPV",
"id": "45112310",
"description": "Infill work"
},
{
"scheme": "CPV",
"id": "45112340",
"description": "Soil-decontamination work"
},
{
"scheme": "CPV",
"id": "45112400",
"description": "Excavating work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45112600",
"description": "Cut and fill"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45112710",
"description": "Landscaping work for green areas"
},
{
"scheme": "CPV",
"id": "45113000",
"description": "Siteworks"
},
{
"scheme": "CPV",
"id": "45120000",
"description": "Test drilling and boring work"
},
{
"scheme": "CPV",
"id": "45213100",
"description": "Construction work for commercial buildings"
},
{
"scheme": "CPV",
"id": "45213150",
"description": "Office block construction work"
},
{
"scheme": "CPV",
"id": "45213200",
"description": "Construction work for warehouses and industrial buildings"
},
{
"scheme": "CPV",
"id": "45213210",
"description": "Cold-storage installations"
},
{
"scheme": "CPV",
"id": "45213251",
"description": "Industrial units construction work"
},
{
"scheme": "CPV",
"id": "45213252",
"description": "Workshops construction work"
},
{
"scheme": "CPV",
"id": "45213260",
"description": "Stores depot construction work"
},
{
"scheme": "CPV",
"id": "45213312",
"description": "Car park building construction work"
},
{
"scheme": "CPV",
"id": "45213351",
"description": "Maintenance hangar construction work"
},
{
"scheme": "CPV",
"id": "45213352",
"description": "Service depot construction work"
},
{
"scheme": "CPV",
"id": "45213400",
"description": "Installation of staff rooms"
},
{
"scheme": "CPV",
"id": "45214600",
"description": "Construction work for research buildings"
},
{
"scheme": "CPV",
"id": "45214610",
"description": "Laboratory building construction work"
},
{
"scheme": "CPV",
"id": "45214620",
"description": "Research and testing facilities construction work"
},
{
"scheme": "CPV",
"id": "45214630",
"description": "Scientific installations"
},
{
"scheme": "CPV",
"id": "45233123",
"description": "Secondary road construction work"
},
{
"scheme": "CPV",
"id": "45233128",
"description": "Roundabout construction work"
},
{
"scheme": "CPV",
"id": "45233129",
"description": "Crossroad construction work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233161",
"description": "Footpath construction work"
},
{
"scheme": "CPV",
"id": "45262410",
"description": "Structural steel erection work for buildings"
},
{
"scheme": "CPV",
"id": "45262800",
"description": "Building extension work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
},
{
"scheme": "CPV",
"id": "45312200",
"description": "Burglar-alarm system installation work"
},
{
"scheme": "CPV",
"id": "45314200",
"description": "Installation of telephone lines"
},
{
"scheme": "CPV",
"id": "45314300",
"description": "Installation of cable infrastructure"
},
{
"scheme": "CPV",
"id": "45314310",
"description": "Installation of cable laying"
},
{
"scheme": "CPV",
"id": "45314320",
"description": "Installation of computer cabling"
},
{
"scheme": "CPV",
"id": "45316100",
"description": "Installation of outdoor illumination equipment"
},
{
"scheme": "CPV",
"id": "45321000",
"description": "Thermal insulation work"
},
{
"scheme": "CPV",
"id": "45331100",
"description": "Central-heating installation work"
},
{
"scheme": "CPV",
"id": "45331110",
"description": "Boiler installation work"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "45331230",
"description": "Installation work of cooling equipment"
},
{
"scheme": "CPV",
"id": "45331231",
"description": "Installation work of refrigeration equipment"
},
{
"scheme": "CPV",
"id": "45332000",
"description": "Plumbing and drain-laying work"
},
{
"scheme": "CPV",
"id": "45341000",
"description": "Erection of railings"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
},
{
"scheme": "CPV",
"id": "45343000",
"description": "Fire-prevention installation works"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "45431000",
"description": "Tiling work"
},
{
"scheme": "CPV",
"id": "45432100",
"description": "Floor laying and covering work"
},
{
"scheme": "CPV",
"id": "45432130",
"description": "Floor-covering work"
},
{
"scheme": "CPV",
"id": "45432210",
"description": "Wall-covering work"
},
{
"scheme": "CPV",
"id": "45440000",
"description": "Painting and glazing work"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71222000",
"description": "Architectural services for outdoor areas"
},
{
"scheme": "CPV",
"id": "71223000",
"description": "Architectural services for building extensions"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71245000",
"description": "Approval plans, working drawings and specifications"
},
{
"scheme": "CPV",
"id": "71246000",
"description": "Determining and listing of quantities in construction"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71311220",
"description": "Highways engineering services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313100",
"description": "Noise-control consultancy services"
},
{
"scheme": "CPV",
"id": "71313200",
"description": "Sound insulation and room acoustics consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "71315100",
"description": "Building-fabric consultancy services"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71325000",
"description": "Foundation-design services"
},
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71410000",
"description": "Urban planning services"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "71610000",
"description": "Composition and purity testing and analysis services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "90610000",
"description": "Street-cleaning and sweeping services"
},
{
"scheme": "CPV",
"id": "90911000",
"description": "Accommodation, building and window cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "The framework agreement will primarily be used by the Council for the development of commercial / industrial space at Dunsbury Park, Havant but may be used by the Council for development works across the entirety of it's nationwide property portfolio including for any further acquisitions made during the term of the framework agreement."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"communication": {
"atypicalToolUrl": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-10-22T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-11-08T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "Autumn 2025"
}
},
"parties": [
{
"id": "GB-FTS-11089",
"name": "PORTSMOUTH CITY COUNCIL",
"identifier": {
"legalName": "PORTSMOUTH CITY COUNCIL"
},
"address": {
"streetAddress": "City Council",
"locality": "Portsmouth",
"region": "UKJ31",
"postalCode": "PO1 2AL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Service",
"telephone": "+44 2392688235",
"email": "procurement@portsmouthcc.gov.uk",
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.portsmouth.gov.uk/services/business/procurement/contract-opportunitieswith-us/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-278",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079476000"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.justice.gov.uk/"
}
}
],
"buyer": {
"id": "GB-FTS-11089",
"name": "PORTSMOUTH CITY COUNCIL"
},
"language": "en"
}