Primary Contractors (estimated individual works contract values of greater than GBP 35k but less than GBP 250k) - Portsmouth & Surrounding Area Framework Agreement.
Contract notice
Works
Section I: Contracting authority
Portsmouth City Council
Housing Management, Floor 2 Chaucer House, Isambard Brunel Road
Contact point(s): Housing Management
For the attention of: Colin Edwards - Technical Officer
PO1 2DR Portsmouth
UNITED KINGDOM
Telephone: +44 2392834501
E-mail:
Internet address(es):
General address of the contracting authority: http://www.portsmouth.gov.uk/procurement/index.html
Further information can be obtained from: Portsmouth City Council
Procurement Service Floor 5 Core 1, Civic Offices Guildhall Square, Portsmouth
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:
Internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement Service
Procurement Service Floor 2 Core 3/4, Civic Offices Guildhall Square, Portsmouth
PO1 2BJ Portsmouth
UNITED KINGDOM
E-mail:
Internet address: http://in-tendhost.co.uk/portsmouthcc
Tenders or requests to participate must be sent to: Portsmouth City Council
Procurement Service Floor 5 Core 1, Civic Offices Guildhall Square Portsmouth
PO1 2BJ Portsmouth
UNITED KINGDOM
E-mail:
Internet address: http://in-tendhost.co.uk/portsmouthcc/
The contracting authority is purchasing on behalf of other contracting authorities: yes
Gosport Borough Council
Town Hall, High Street
PO12 1EB Gosport
UNITED KINGDOM
Fareham Borough Council
Civic Way
PO7 8JU Fareham
UNITED KINGDOM
Havant Borough Council
Civic Centre Road
PO9 2AX Havant
UNITED KINGDOM
East Hampshire District Council
Penns Place
GU31 4EX Petersfield
UNITED KINGDOM
NHS Portsmouth - trading as Solent Supplies Team (and its successors in title)
Unit 18, Solent Industrial Estate
SO30 2FY Southampton
UNITED KINGDOM
Portsmouth Hospitals NHS Trust - trading as Solent Supplies Team (and its successors in title)
Unit 18, Solent Industrial Estate
SO30 2FY Southampton
UNITED KINGDOM
University of Portsmouth
University House, Winston Churchill Avenue
PO1 2UP Portsmouth
UNITED KINGDOM
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKJ3
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 43 600 000 GBPThe Council is aiming to have awarded the framework by 4.10.2013. Once operational the framework will be open for a maximum duration of four years and will be available for members of the Portsmouth Regional Procurement Partnership (PRPP) plus East Hampshire District Council (EHDC) to let call off contracts from. Schools which fall outside of Portsmouth City Council's boundaries will not be covered by the arrangements.
The PRPP is made up of the following members:
- Portsmouth City Council;
- Havant Borough Council;
- Fareham Borough Council;
- Gosport Borough Council;
- University of Portsmouth;
- NHS Portsmouth - trading as Solent Supplies Team (and its successors in title);
- Portsmouth Hospitals NHS Trust - trading as Solent Supplies Team (and its successors in title).
No guarantees regarding the value of work let via the agreement can be provided. It is estimated that the value of works may range from GBP 7,000,000 to GBP 10,900,000 per year, dependent upon requirements and take up from the contracting authorities referred to within this notice. The lesser value of GBP 7,000,000 is based upon PCCs estimated requirements whilst the higher value of GBP 10,900,000 is based upon the estimated requirements of PCC plus those of the other contracting authorities who will be able to access the agreement.
A minimum of 8 tenderers and a maximum of 12 tenderers will be appointed a place on the framework. Tenderers must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria to be appointed onto the framework. Unless, where more than 8 tenderers achieve a score of 70 % overall and over 50 % against the quality criteria the top scoring 8 tenderers will be appointed onto the framework. In the event that one or more tenderers score the same score as the tenderer ranked 8th then they will also be appointed.
PCC will establish the framework concurrently with the letting of a contract for major refurbishment works to 397A-40A7 Middle Park Way, a social housing residential block built in 1958 and located within the Leigh Park area of Havant. A full specification, associated documentation & pricing schedule is included within the tender pack.
The general scope of works in regards of the Middle Park Way project is as follows:
- Scaffold system sufficient / suitable for carrying out the scope of works;
- External Decorations;
- Internal decorations to communal areas;
- Renewal of metal railings;
- Powder coating existing metal fencing;
- Replacement of some PVCu entrance doors;
- Installation of emergency lighting;
- Re-glazing of block entrance screens;
- Renewal of asphalt covering to walkways and drying areas.
The estimated value of the works is in excess of GBP 100k. The form of contract which will govern the works is JCT
Minor Works Building Contract. The Council's target date for award of the contract is 22.8.2013 with a start on site date of 7.10.2013 and a completion date of 20.12.2013.
45000000, 45100000, 45110000, 45111000, 45111210, 45111214, 45111220, 45111230, 45111240, 45111250, 45111300, 45112000, 45112100, 45112200, 45112210, 45112310, 45112340, 45112350, 45112360, 45112420, 45112700, 45113000, 45120000, 45200000, 45210000, 45211000, 45211100, 45211200, 45211300, 45211310, 45211320, 45211340, 45211341, 45211350, 45212000, 45212290, 45213100, 45213112, 45214000, 45214400, 45215222, 45215500, 45223200, 45223210, 45223220, 45223500, 45260000, 45261000, 45261200, 45261222, 45261300, 45261410, 45261420, 45261900, 45262000, 45262100, 45262210, 45262300, 45262330, 45262320, 45262340, 45262360, 45262400, 45262370, 45262500, 45262600, 45262640, 45262650, 45262660, 45262670, 45262690, 45262700, 45262800, 45262900, 45300000, 45310000, 45311000, 45312000, 45312310, 45312320, 45313000, 45314000, 45315000, 45316100, 45317000, 45320000, 45321000, 45323000, 45324000, 45330000, 45331000, 45332000, 45332400, 45333000, 45340000, 45341000, 45342000, 45343000, 45343100, 45343200
- Site Preparation (e.g. demolition, groundwork, asbestos removal, etc.).
- Building Repair, Refurbishment & Construction Work.
- Structural Works.
- Specialist Trade Works (e.g. roofing, glazing, fencing, etc.).
- Building Installation Work (e.g. electrical, mechanical, plumbing, insulation, etc.).
- Building Completion Work (e.g. plastering, carpentry, flooring, tiling, general decoration, etc.).
Some new build requirements may also be let via the framework, although it is not envisaged that the framework will be utilised for the construction of new social housing, leisure centres and other specialist construction works.
The general scope of works in regards of the Angmering House & Dale Park House project which the Council will use to establish the framework agreement is as follows:
- Scaffold system sufficient / suitable for full access to external areas and roofs.
- Renewal and repairs of existing asphalt surfaces and roofs in general.
- Replacement of fascias and soffits including asbestos removal.
- Structural concrete repairs and anti-corrosion treatments.
- External decorations.
- Replacement, repair and decoration to external metal railings and balconies, including removal of asbestos panels.
- Replacement and alteration of stair treads to communal stairwells.
- Internal decoration to stairwells.
- Fire upgrade works including installation of emergency lighting to comply with relevant legislation.
Section III: Legal, economic, financial and technical information
As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/ portsmouthcc/
As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
Information and formalities necessary for evaluating if the requirements are met: As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
Information and formalities necessary for evaluating if the requirements are met: As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required: As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required:As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 80
2. Quality. Weighting 20
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
Estimated timing for further notices to be published: March 2017.
45451000, 45451100, 45451200, 45452000, 45452100, 45453100, 45454000