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.

Contract Award Notice

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

  • First published: 22 June 2023
  • Last modified: 22 June 2023

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:
ocds-h6vhtk-02eb1e
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
22 June 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract award notice

Results of the procurement procedure

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

Address of the buyer profile: 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

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

II.1.2) Main CPV code

45240000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Portsmouth City Council ('the council') on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), established a multi-contractor Coastal Engineering Minor Works Framework Agreement.

The framework commenced on 27th July 2022 and will run for a period of four years.

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.

Each framework lot is made up of 4 contractors.

The framework will be available to all current and future SCG and SCOPAC members who are classified as Contacting Authorities. In addition, the framework will also be accessible to all contracting authorities situated within the counties of Hampshire, Dorset, West Sussex, East Sussex, Isle of Wight, Kent, Somerset and Wiltshire.

The value of the framework across both lots is estimated to be in the region of £6million over four years. Based upon previous demand information it is likely that 70% of the estimated value will be procured via Lot 1 and 30% via Lot 2, however this may change significantly year on year due to the dynamic nature of the coastal environment. This is based on the known requirements of SCG and SCOPAC members. In the event of further schemes or take up by other authorities across Southern England, the total value of the framework could increase to £9million.

The average value of works called off via the framework for both Lots by SCG and SCOPAC is likely to range from £20k to £150k. However, there is also likely to be commissions below £20k and on occasion in excess of £500k, although no upper or lower value constraints shall apply.

The framework agreement has been let using the NEC4 Framework Agreement terms.

Contracting authorities have a variety of call-off mechanisms and

contracting options available for use which include for both mini-competition and direct award options.

Call-off contracts may be let using either the NEC4 PSC or TSC in either the long or short form and with the choice of all options as proportionate and relevant to the services which are being commissioned. Low value, non-complex works may also be awarded via the standard purchase order terms of the particular contracting authority commissioning the works.

The framework was established using the Restricted Procedure as set out within the Public Contracts Regulations (2015).

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 9 000 000.00  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 will be 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.

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

All of the above members support the establishment of the framework agreement and have expressed interest in using the agreement once operational. However, no guarantees on usage and demand can be made.

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.2.5) Award criteria

Quality criterion: Total of project scores / Weighting: 30

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  65

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 will be 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.

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

All of the above members support the establishment of the framework agreement and have expressed interest in using the agreement once operational. However, no guarantees on usage and demand can be made.

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.2.5) Award criteria

Quality criterion: Total of project scores / Weighting: 35

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  65

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-025521

Section V: Award of contract

Lot No: 1

Title: Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/04/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Suttle Projects ltd

6734695

Swanage

UK

NUTS: UKK2

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Title: Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/04/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Title: Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/04/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Title: Lot 1 - General Coastal Civil Engineering Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/04/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/03/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/03/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/03/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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 contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 - Specialist Beach Management Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/03/2022

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: 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.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 700 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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

21/06/2023

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.