By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

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

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Primary Contractors (estimated individual works contract values of greater than GBP 35k but less than GBP 250k) - Portsmouth & Surrounding Area Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKJ3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 43 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
Portsmouth City Council (the Council) wishes to enter into a multiple contractor framework agreement which will be used to appoint 'Primary Contractors' to complete individual multi-disciplinary projects ranging from GBP 35,000 to GBP 250,000 in contract value via a competitive process.
The 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.
II.1.6)Common procurement vocabulary (CPV)

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

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework will primarily be utilised for projects which cover major refurbishment & alterations to residential, educational and commercial properties. Each project let via the framework will differ in scope. The general scope of works covered under the framework includes, but is not limited to, the following:
- 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.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:

As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/ portsmouthcc/

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

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/

III.2.2)Economic and financial ability

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/

III.2.3)Technical capacity
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/

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Price. Weighting 80

2. Quality. Weighting 20

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LAH/419576/683HHPR/13/1030/T.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.6.2013 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.6.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 3.6.2013
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: March 2017.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
II.1.6) Common procurement vocabulary (CPV): Main vocabulary
45451000, 45451100, 45451200, 45452000, 45452100, 45453100, 45454000
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.4.2013