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 Notice

Design & Build Industrial / Commercial Contractor Framework - Dunsbury Park

  • First published: 22 September 2021
  • Last modified: 22 September 2021

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:
22 September 2021
Deadline date:
22 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement.

The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. For further information regarding Dunsbury Park and current development status please refer to 'Section II.2.14. Additional information' below.

The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022.

The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement.

The framework agreement will be established for the sole use of the Developer and will not be available for other UK Contracting Authorities to access.

The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to £50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further £20M, producing an upper total agreement estimated spend value of £70M.

The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as:

• Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc.

• Pro-active support in identifying micro and macro environment threats and opportunities

• Site wide Master Planning support

• Site wide Design Code development

• Plot specific Feasibility & Options Appraisal support

• Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities

• Development of outline design

• Surveys, Modelling & Enabling Works

• Environmental assessments, engagement with approving bodies, gaining of required approvals

• Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate

• Preparation, submission and discharge of planning application and conditions

• Development of detailed design

• Development of costings, programme, work methodologies on 2 stage open book partnership basis

• Construction works on principal contractor basis

• Handover, snagging and defects management

• *Hard FM and other associated services

*The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors.

A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. £8M.

Tenders will be sought followin

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

PORTSMOUTH CITY COUNCIL

City Council

Portsmouth

PO1 2AL

UK

Contact person: Procurement Service

Telephone: +44 2392688235

E-mail: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Internet address(es)

Main address: www.portsmouth.gov.uk/services/business/procurement/contract-opportunitieswith-us/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/portsmouthcc/aspx/home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/portsmouthcc/aspx/home


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://in-tendhost.co.uk/portsmouthcc/aspx/home


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

Design & Build Industrial / Commercial Contractor Framework - Dunsbury Park

II.1.2) Main CPV code

45213000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement.

The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio.

The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022.

The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement.

The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to £50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further £20M, producing an upper total agreement estimated spend value of £70M.

A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. £8M.

Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots.

The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022.

Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022.

The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications.

The procurement process will be run in accordance with the following outline programme:

• Issue of FTS Contract Notice - 21.09.21

• Issue of SSQ documentation - 21.09.21

• SSQ submission deadline - 22.10.21, 12:00

• Issue of ITT documentation - 08.11.21

• Tender submission deadline - 06.12.21 12:00

• Notification of award decision - 07.01.22

• Framework commencement - 31.01.22

• Plots 500-502 PCSA commencement - 31.01.22

The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above.

II.1.5) Estimated total value

Value excluding VAT: 70 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45111100

45111200

45111213

45111220

45111230

45111240

45111250

45111291

45112100

45112200

45112210

45112310

45112340

45112400

45112500

45112600

45112700

45112710

45113000

45120000

45213100

45213150

45213200

45213210

45213251

45213252

45213260

45213312

45213351

45213352

45213400

45214600

45214610

45214620

45214630

45233123

45233128

45233129

45233140

45233161

45262410

45262800

45311000

45312100

45312200

45314200

45314300

45314310

45314320

45316100

45321000

45331100

45331110

45331200

45331230

45331231

45332000

45341000

45342000

45343000

45350000

45421000

45431000

45432100

45432130

45432210

45440000

71221000

71222000

71223000

71241000

71242000

71245000

71246000

71248000

71311220

71312000

71313100

71313200

71313410

71313420

71313440

71313450

71315100

71315200

71321000

71322500

71325000

71332000

71334000

71410000

71420000

71510000

71610000

71621000

77314000

79314000

90610000

90911000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework agreement will primarily be used by the Council for the development of commercial / industrial space at Dunsbury Park, Havant but may be used by the Council for development works across the entirety of it's nationwide property portfolio including for any further acquisitions made during the term of the framework agreement.

II.2.4) Description of the procurement

Portsmouth City Council - hereafter referred to as the 'Developer' - is seeking expressions of interest from suitably experienced contractors for inclusion on a commercial / industrial focused multi-contractor framework agreement.

The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio. For further information regarding Dunsbury Park and current development status please refer to 'Section II.2.14. Additional information' below.

The Developer's target date for award of the framework agreement is 18th January 2022 with formal commencement of the framework agreement following on 31st January 2022.

The framework agreement will run for a term of 4 years during which individual call off contracts may be let for the delivery of construction works and associated pre-construction design services. However, the Developer is targeting to have completed the development of Dunsbury Park within approx. 3 years from the commencement of the framework agreement.

The framework agreement will be established for the sole use of the Developer and will not be available for other UK Contracting Authorities to access.

The Developer estimates that total spend via the agreement for services and works for the development of Dunsbury Park alone could equate to £50M, subject to tenant demand and wider economic conditions. Additional spend associated with the Developer's nationwide property portfolio over the term could equate to a further £20M, producing an upper total agreement estimated spend value of £70M.

The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as:

• Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc.

• Pro-active support in identifying micro and macro environment threats and opportunities

• Site wide Master Planning support

• Site wide Design Code development

• Plot specific Feasibility & Options Appraisal support

• Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities

• Development of outline design

• Surveys, Modelling & Enabling Works

• Environmental assessments, engagement with approving bodies, gaining of required approvals

• Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate

• Preparation, submission and discharge of planning application and conditions

• Development of detailed design

• Development of costings, programme, work methodologies on 2 stage open book partnership basis

• Construction works on principal contractor basis

• Handover, snagging and defects management

• *Hard FM and other associated services

*The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors.

A total of 3-4 contractors will be appointed a place on the framework agreement. The framework agreement will be established via the invitation of tenders from 3-4 shortlisted contractors for the design and construction of Plots 500-502 (approx. 7,000 sqm) at Dunsbury Park. The estimated value of the design and construction works for Plots 500-502 is approx. £8M.

Tenders will be sought following a simplified 2 stage open book partner contracting model. The successful contractor for Plots 500-502 will be awarded the contract for these works plus a place on the framework agreement. The remaining tendering contractors shall be appointed onto the framework agreement and will have the opportunity to tender for future plots.

The Developer will enter into contract with the successful contractor for pre-construction services via the use of suitably amended JCT Pre-Construction Services Agreement (2016) terms. The target date for commencement of pre-construction services corresponds with the framework commencement date of 31st January 2022.

Subject to agreement of design, cost and programme the Developer will then enter into contract for the works via use of suitably amended JCT Design & Build Contract (2016) terms. The Developer is targeting commencement of works on site by the end of May 2022 with works completion targeted for December 2022.

Future call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows:

MINI-COMPETITION TENDER

• All framework contractors will be invited to submit mini-competition tenders

• The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements

• Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant

• The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents

NEGOTIATED DIRECT AWARD (via application of any or all of the following)

• Award via application of framework contractor bidding and delivery performance

• Award via application of framework contractor repeat work / extension of existing call off contract considerations

• Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off

The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment.

However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question.

Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate.

Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015).

Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer.

In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process.

The Developer will establish the framework agreement in broad accordance with the 'Restricted Procedure' as set out within the 'Public Contracts Regulations (2015)'. In the interests of managing bidding costs for all parties the Developer will only invite 3-4 shortlisted contractors to tender following evaluation of initial Supplier Selection Questionnaire (SSQ) applications.

The procurement process will be run in accordance with the following outline programme:

• Issue of FTS Contract Notice - 21.09.21

• Issue of SSQ documentation - 21.09.21

• SSQ submission deadline - 22.10.21, 12:00

• Issue of ITT documentation - 08.11.21

• Tender submission deadline - 06.12.21 12:00

• Notification of award decision - 07.01.22

• Framework commencement - 31.01.22

• Plots 500-502 PCSA commencement - 31.01.22

The SSQ and associated documentation can be accessed via the Developer's e-sourcing solution InTend which will be used to administrate the procurement process. The system is free to use and can be accessed via the link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Application is via completion and submission of the SSQ and associated documentation via InTend by the deadline stated above.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 70 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Application is via completion and submission of a project specific Supplier Status Questionnaire (SSQ). Applications will be assessed via application of the criteria set out within the SSQ documentation.

In the interests of managing bidding costs for all parties the Developer will only invite 3-4 highest scoring shortlisted contractors to tender.

The SSQ documentation is accessible via the Developer's e-sourcing solution which will be used to administrate the procurement process and is accessible free of charge via the link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home/

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The framework agreement will primarily be used by the Developer for the development of commercial / industrial space at Dunsbury Park, Havant but may also be used by the Developer for development works across the entirety of its nationwide property portfolio.

The scope of services, works and supplies that may be procured via the framework agreement may cover the entirety of the work types included for within Common Procurement Vocabulary (CPV) codes selected within this Contract Notice, but can be summarised generally as:

• Early Contractor Involvement including but not limited to for reviewing current market conditions and delays being experienced with lead in period on key materials, such as cladding, pre-cast concrete, steel, dock levellers etc.

• Pro-active support in identifying micro and macro environment threats and opportunities

• Site wide Master Planning support

• Site wide Design Code development

• Plot specific Feasibility & Options Appraisal support

• Effective focused management of plot specific sub-contract / supply chain across both stage 1 design and stage 2 constructions activities

• Development of outline design

• Surveys, Modelling & Enabling Works

• Environmental assessments, engagement with approving bodies, gaining of required approvals

• Delivery of significant site preparation, infrastructure and landscaping works as required / appropriate

• Preparation, submission and discharge of planning application and conditions

• Development of detailed design

• Development of costings, programme, work methodologies on 2 stage open book partnership basis

• Construction works on principal contractor basis

• Handover, snagging and defects management

• *Hard FM and other associated services

*The Developer may also utilise the framework agreement to deliver hard facilities management activities such as grounds maintenance, building maintenance, infrastructure maintenance, etc. if required and subject to the interest of framework contractors.

Call off contracts will generally be let via mini-competition tender but on occasion may also be let via negotiated direct award. The call off procedures will be detailed within the framework agreement terms issued to the shortlisted contractors at subsequent invitation to tender, but in summary are as follows:

MINI-COMPETITION TENDER

• All framework contractors will be invited to submit mini-competition tenders

• The time limit for returns will be reflective of the relative complexity of the technical scope of scheme being procured and the nature of the bidding requirements

• Returns will be subject to detailed assessment by the Developer, its appointed technical project manager and cost consultant

• The award decision will be made via application of the scoring criteria stated within the mini-competition tender documents

NEGOTIATED DIRECT AWARD (via application of any or all of the following)

• Award via application of framework contractor bidding and delivery performance

• Award via application of framework contractor repeat work / extension of existing call off contract considerations

• Award via evidenced consideration of framework contractor capacity, commercial performance, delivery performance and particular experience skill sets at point of call off

The Developer envisages that the majority of call off contracts will be let via 2 stage open book partner contracting models using a suitably amended JCT PCSA (2016) terms for the first stage pre-construction services appointment and a suitably amended JCT Design & Build (2016) terms for the second stage works appointment.

However, the Developer may opt to use single stage lump sum contracting models on a design & build or fully designed basis in the future as appropriate for the particular phase / plot development works package in question.

Similarly the Developer may opt to use any suitably amended set of contractual terms from the entirety of the JCT and NEC4 suite of contracts in the future as appropriate.

Alongside scheme specific commercial bidding requirements for Plots 500-502, shortlisted contractors will be required to submit rates for directly employed key personnel grades and OH/P%. These rates will form the agreed commercial element of the framework agreement in broad accordance with the requirements set out within Regulation 33 of the Public Contracts Regulations (2015).

Contractors will have the ability to apply varying OH/P%s against a range of representative plot sizes set by the Developer at framework agreement tender submission. The Developer will allow contractors to alter their OH/P% and key personnel rates over the term of the framework agreement either via mini-competition tender submission or upon request, subject to providing reasonable notice to the Developer.

In the event of significant prevailing performance and / or capacity issues with the framework agreement the Developer may invite the next ranked contractors who submitted SSQ applications in response to the original call for competition to bid for call off contracts and a subsequent place on the overarching framework agreement, either on a permanent or temporary basis. This may be either via mini-competition tender or negotiated direct award process.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Developer is the freehold owner of some 20.8 hectares (49.41 acres) of land adjoining J3 of A3M junction at Waterlooville. The site is marketed under the title of 'Dunsbury Park' and is located at Fitzwygram Way, Hampshire, PO9 4EE.

The Developer commenced direct development of the site in 2014 which to date has encompassed the delivery of road infrastructure, site levelling, utility connections and approx. 35,000 sqm of commercial buildings. The remaining development is currently based on UMC Masterplan 'Option 7'. This comprises 8 no. units with a combined area of approximately 50,000 sqm.

The current occupational position, planning strategy and remaining land for development is included for within the SSQ documentation pack accessible via InTend.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 4

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/10/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/11/2021

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Autumn 2025

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: https://www.justice.gov.uk/

VI.5) Date of dispatch of this notice

21/09/2021

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
71315200 Building consultancy services Building services
45262800 Building extension work Special trade construction works other than roof works
71315100 Building-fabric consultancy services Building services
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45213210 Cold-storage installations Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71610000 Composition and purity testing and analysis services Technical testing, analysis and consultancy services
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45214600 Construction work for research buildings Construction work for buildings relating to education and research
45213200 Construction work for warehouses and industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45233129 Crossroad construction work Construction, foundation and surface works for highways, roads
45112600 Cut and fill Excavating and earthmoving work
45111100 Demolition work Demolition, site preparation and clearance work
71246000 Determining and listing of quantities in construction Architectural, engineering and planning services
45112500 Earthmoving work Excavating and earthmoving work
45311000 Electrical wiring and fitting work Electrical installation work
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
71313420 Environmental standards for construction Environmental engineering consultancy services
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45341000 Erection of railings Fencing, railing and safety equipment installation work
45112400 Excavating work Excavating and earthmoving work
79314000 Feasibility study Market research services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
45312100 Fire-alarm system installation work Alarm system and antenna installation work
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45432130 Floor-covering work Floor-laying and covering, wall-covering and wall-papering work
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
71325000 Foundation-design services Engineering design services
71332000 Geotechnical engineering services Miscellaneous engineering services
45111250 Ground investigation work Demolition, site preparation and clearance work
45111240 Ground-drainage work Demolition, site preparation and clearance work
77314000 Grounds maintenance services Planting and maintenance services of green areas
45111230 Ground-stabilisation work Demolition, site preparation and clearance work
71311220 Highways engineering services Civil engineering consultancy services
45213251 Industrial units construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45112310 Infill work Excavating and earthmoving work
45314300 Installation of cable infrastructure Installation of telecommunications equipment
45314310 Installation of cable laying Installation of telecommunications equipment
45314320 Installation of computer cabling Installation of telecommunications equipment
45316100 Installation of outdoor illumination equipment Installation work of illumination and signalling systems
45213400 Installation of staff rooms Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45314200 Installation of telephone lines Installation of telecommunications equipment
45331230 Installation work of cooling equipment Heating, ventilation and air-conditioning installation work
45331231 Installation work of refrigeration equipment Heating, ventilation and air-conditioning installation work
45421000 Joinery work Joinery and carpentry installation work
45214610 Laboratory building construction work Construction work for buildings relating to education and research
71420000 Landscape architectural services Urban planning and landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45213351 Maintenance hangar construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
45350000 Mechanical installations Building installation work
71313100 Noise-control consultancy services Environmental engineering consultancy services
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45440000 Painting and glazing work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
45214620 Research and testing facilities construction work Construction work for buildings relating to education and research
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
45233140 Roadworks Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
45214630 Scientific installations Construction work for buildings relating to education and research
45111220 Scrub-removal work Demolition, site preparation and clearance work
45233123 Secondary road construction work Construction, foundation and surface works for highways, roads
45213352 Service depot construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45111213 Site-clearance work Demolition, site preparation and clearance work
45111291 Site-development work Demolition, site preparation and clearance work
71510000 Site-investigation services Construction-related services
45113000 Siteworks Building demolition and wrecking work and earthmoving work
45112340 Soil-decontamination work Excavating and earthmoving work
45112200 Soil-stripping work Excavating and earthmoving work
71313200 Sound insulation and room acoustics consultancy services Environmental engineering consultancy services
45213260 Stores depot construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
90610000 Street-cleaning and sweeping services Cleaning and sanitation services in urban or rural areas, and related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
45262410 Structural steel erection work for buildings Special trade construction works other than roof works
71248000 Supervision of project and documentation Architectural, engineering and planning services
71621000 Technical analysis or consultancy services Analysis services
45120000 Test drilling and boring work Site preparation work
45321000 Thermal insulation work Insulation work
45431000 Tiling work Floor and wall covering work
45112210 Topsoil-stripping work Excavating and earthmoving work
45112100 Trench-digging work Excavating and earthmoving work
71410000 Urban planning services Urban planning and landscape architectural services
45331200 Ventilation and air-conditioning installation work Heating, ventilation and air-conditioning installation work
45432210 Wall-covering work Floor-laying and covering, wall-covering and wall-papering work
45213252 Workshops construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

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.