Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
entity
I.1) Name and addresses
Portsmouth City Council
Civic Offices, Guildhall Square
Portsmouth
PO12AL
UK
Contact person: Procurement Service
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
NUTS: UKJ31
Internet address(es)
Main address: https://www.portsmouth.gov.uk/ext/business/business.aspx
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Extension to Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)
Reference number: Contract Award Notice Notice Reference: 2023/S 000-017715
II.1.2) Main CPV code
45240000
II.1.3) Type of contract
Works
II.1.4) Short description
This is not a new contract opportunity, but rather a VEAT notice to inform the market that the Council is seeking to extend its existing 4 year framework agreement established in May 2022 by Portsmouth City Council on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), for a multi-contractor Coastal Engineering Minor Works Framework Agreement.
The framework comprises 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.
The requirement for the services is ongoing. It is the intention of the council to undertake Pre-Market Engagement to test different commercials models, lotting structure and values, etc., prior to re-tender this framework in Spring 2026. The PME notice is planned for issue Jan/Feb 2025.
It is our aim to have a new framework in effect prior to the end of the proposed extension period.
To allow time to undertake PME and this new procurement, the proposed extension will be for 7.2 months from 02/05/2026 - 30/11/2026 and would continue seamlessly from the expiry date of the current framework on 2nd May 2026.
We also propose to increase the value of the framework by £1,350,000 from £9,000,000 to £10,350,000 to encompass forecast spend during this period.
The proposed extension would be executed under Public Contract Regulations 2015 - Regulation 72 (1(f)) - Paragraph 5.
With respect to Reg 72 Paragraph 5(a), the extension value of £1,350,000 is below the relevant threshold in regulation 5 for Works, which has a current threshold of EUR 5 350 000 (£5,372,609).
With respect to Reg 72 Paragraph 5(b), the extension value increase is within 15% of the initial contract (For works contracts).
There are no modifications to scope, and does not alter the overall nature of the framework agreement.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
10 350 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - General Coastal Civil Engineering Works
II.2.2) Additional CPV code(s)
45241000
45242110
45243000
45244000
45246000
45247000
45252124
II.2.3) Place of performance
NUTS code:
UKJ21
UKJ22
UKJ27
UKJ28
UKJ3
UKJ4
UKK15
UKK2
Main site or place of performance:
The framework is available to all SCG and SCOPAC members, including any future iterations of these groups which may include for changes in existing member status and / or addition of new members over the term of the framework agreement, However, no guarantees on usage and demand can be made.
The current list of SCG & SCOPAC local authority and Harbour Authority members includes:
• Bournemouth, Christchurch and Poole Council
• Chichester District Council
• Dorset Council
• Eastleigh Borough Council
• Fareham Borough Council
• Gosport Borough Council
• Hampshire County Council
• Havant Borough Council
• Isle of Wight Council
• New Forest District Council
• Portsmouth City Council
• Southampton City Council
• Chichester Harbour Conservancy
• Langstone Harbour Board
• Poole Harbour Commissioners
• Yarmouth Harbour Commissioners
II.2.4) Description of the procurement
All contractors have the ability to provide comprehensive coastal engineering services as required. A non-exhaustive list of the core services for lot 1 that may be sourced via the framework agreement are stated below:
Core - Lot 1 (General Coastal Civil Engineering Works)
• Drainage infrastructure.
• Earth and flood embankments
• Flood gates, boards and demountable defences.
• Heritage works
• H&S issues and emergency works response.
• Incidental beach management works.
• Marine and harbour works
• Piling works
• Precast and insitu concrete works
• Rock works
• Slipways, promenades, steps and access ramps.
• Timber groyne & revetment works
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Specialist Beach Management Works
II.2.2) Additional CPV code(s)
45112320
45112360
45112400
45112500
45241000
45243000
45244000
45246000
45247000
II.2.3) Place of performance
NUTS code:
UKJ21
UKJ22
UKJ27
UKJ28
UKJ3
UKJ4
UKK15
UKK2
Main site or place of performance:
The framework is available to all SCG and SCOPAC members, including any future iterations of these groups which may include for changes in existing member status and / or addition of new members over the term of the framework agreement. However, no guarantees on usage and demand can be made.
The current list of SCG & SCOPAC local authority and Harbour Authority members includes:
• Bournemouth, Christchurch and Poole Council
• Chichester District Council
• Dorset Council
• Eastleigh Borough Council
• Fareham Borough Council
• Gosport Borough Council
• Hampshire County Council
• Havant Borough Council
• Isle of Wight Council
• New Forest District Council
• Portsmouth City Council
• Southampton City Council
• Chichester Harbour Conservancy
• Langstone Harbour Board
• Poole Harbour Commissioners
• Yarmouth Harbour Commissioners
II.2.4) Description of the procurement
All contractors have the ability to provide comprehensive coastal engineering services as required for each lot. A non-exhaustive list of the core services for lot 2 that may be sourced via the framework agreement are stated below:
Core - Lot 2 (Specialist Beach Management Works)
• Beach management works.
• Excavation, haulage, deposition, profiling and screening of beach material.
• Ground works associated with flood and coastal risk management.
• H&S issues and emergency works response.
• Incidental general coastal civil engineering works.
• Land based importing of suitable beach material from external sources.
• Slipways, promenades, steps and access ramps
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure without prior publication
Justification for selected award procedure:
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the Directive
Explanation:
This VEAT notice relates to the extension of a framework agreement, originally awarded in April 2022. The proposed extension is based on the existing terms and conditions and does not render the agreement materially different in character as the same services are being provided. The Council does not consider that if the Framework had originally been advertised to include this extension that it would have attracted any different participants or candidates or that the outcome of the original procurements would have been any different.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
15/04/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Suttle Projects Ltd
6734695
Swanage
UK
NUTS: UKK2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
JT Mackley & Co Ltd
258810
Small Dole
UK
NUTS: UKJ2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Avon Construction Ltd
5416775
Ringwood
UK
NUTS: UKJ3
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Earlcoate Construction & Plant Hire Ltd
4196599
Fordingbridge
UK
NUTS: UKJ3
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ovenden Earthmoving Co Ltd
01919669
Canterbury
UK
NUTS: UKJ4
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Les Searle Plant Hire and Sales Ltd
1442513
Horsham
UK
NUTS: UKJ3
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
10 350 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Framework has provided quick access to the market around the central south coast of England for small coastal works below threshold value since May 2022. The framework has worked well, the suppliers are performing, and it is still delivering good value for these minor works.
This extension, which has been agreed to by the suppliers across both Lots, does not propose to change the Scope or nature of the Framework and would continue to operate under its existing terms and conditions and fees.
It is felt that the extension of the framework would provide better continuity for all involved and protections for Contracting Authorities by continuing to use the established processes, contract terms & conditions, KPIs and framework management tools that the framework provides.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Strand
London
WCA 2LL
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
16/01/2026