Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

Extension to Coastal Engineering Minor Works Framework Agreement: Southern Coastal Group and SCOPAC (Southern England)

  • First published: 17 January 2026
  • Last modified: 17 January 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
17 January 2026
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45243000 Coastal-defence works Construction work for water projects
45247000 Construction work for dams, canals, irrigation channels and aqueducts Construction work for water projects
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45252124 Dredging and pumping works Construction works for sewage treatment plants, purification plants and refuse incineration plants
45112500 Earthmoving work Excavating and earthmoving work
45112400 Excavating work Excavating and earthmoving work
45241000 Harbour construction works Construction work for water projects
45112360 Land rehabilitation work Excavating and earthmoving work
45112320 Land-reclamation work Excavating and earthmoving work
45242110 Launchway construction work Waterside leisure facilities construction work
45244000 Marine construction works Construction work for water projects
45246000 River regulation and flood control works Construction work for water projects

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@portsmouthcc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.