Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

PRIMARY CONTRACTOR FRAMEWORK 2021 - PORTSMOUTH & SUB REGION

  • Cyhoeddwyd gyntaf: 13 Rhagfyr 2022
  • Wedi'i addasu ddiwethaf: 13 Rhagfyr 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-02a67a
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
13 Rhagfyr 2022
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The framework agreement is comprised of a primary and secondary tier in order to provide contingency and ongoing competition. Framework rankings and placement in tiers were in accordance with tender evaluation scores achieved at establishment of the framework agreement.

The primary tier is made up of 6 contractors

1. D.M.Habens Ltd

2. Bell Decorating Group

3. A Purkiss Ltd

4. Ian Williams Ltd

5. Novus Property Solutions

6. Dartmouth General Contractors Ltd

The secondary tier is made up of 7 contractors

7. Comserv Uk Ltd

8. Kier Services Ltd

9. Hi-Tech Property Services

10. Mountjoy Ltd

11. Hankinson ltd

12. Etec Contract Services Ltd

13. Vale Southern Construction

The Council may increase the number of contractors on the primary tier over the course of the agreement and may also undertake re-tiering exercises whereby contractors from both tiers will be invited to submit bids which following evaluation will set new rankings and tier allocation.

Unless under exceptional circumstances the Council does not envisage undertaking such an exercise more than once within a 12 month period.

Contractor rankings and tiering may also be affected by performance scores achieved for framework projects. Tier 1 contractors who routinely do not bid for projects and / or who routinely submit uncompetitive bids may be demoted to Tier 2.

Framework Award Procedures and Operation

The framework will allow for award of call off contracts via mini-competition and direct award

against a range of options.

Mini-competitions will generally be run just using the primary tier but may be run across both

tiers for re-tiering exercises, times of reduced capacity and for non-standard works which may include for specialist works, geographical considerations, alternate contracting strategies etc. at the discretion of the Council.

Sifting briefs may be included for within mini-competitions for non-standard works which will establish a specific shortlist for the call off contract or may create a framework sub-lot for the non-standard work type in questions which can be subsequently used for further call offs, whether via mini-competition or direct award.

Direct awards may be made on a ranked basis or repeat work / work expansion basis. Where direct awards are made on a ranked basis this may be on the basis of a single contract award to the highest ranked contractor or multiple contract awards on a sliding scale value / preference basis by contractor rank.

Repeat work direct awards may be made to a contractor who has recently undertaken works of a very similar nature, either for the Council or for any other UK contracting authority. Work expansion direct awards may be made where the contractor is already in contract with the Council and further works are identified which may be brought into the scope of the contract.

Whilst it is anticipated that most call off contracts will be subject to JCT Minor Works or JCT Intermediate terms the full suite of JCT and NEC4 contracts may be utilised. Whilst most works will be let on a fully designed construct only basis contracts may also be let via a range of other strategies including for not limited to 2 stage open book design & build partner contracting, single stage design & build, single stage build only with contractor design portions, etc.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

UK

Person cyswllt: Procurement Service

Ffôn: +44 2392688235

E-bost: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

PRIMARY CONTRACTOR FRAMEWORK 2021 - PORTSMOUTH & SUB REGION

II.1.2) Prif god CPV

45210000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Portsmouth City Council - the "Council" - has established a new Primary Contractor Framework. Contractors are able to undertake a range of multi-disciplinary project work on a Principal Contractor basis.

The Framework will serve as the primary route to procure building maintenance and to a lesser degree construction projects for Building Services within the Council, with works generally being undertaken to the Councils portfolio of nearly 15,000 social housing properties and 900 corporate assets.

The award of the framework agreement is 26th July 2021 and will be available to use for 4 years until 25th July 2025.

The framework agreement was established via evaluation of tenders submitted for Phase 1 works on Dunsmore Close flats 26-44, which comprises of a repair and improvement scheme to Local Authority blocks of flats.

Upon completion of Phase 1, the Council reserve the right to directly award a further two phases of works for additional blocks of flats for Dunsmore Close to the successful tenderer.

The estimated value for the works are -

• Phase 1 - £350K

• Phase 2 - £800K

• Phase 3 - £450K

The preferred bidder, D.M.Habens Ltd, and the next 12 highest-ranking contractors have been appointed onto the framework agreement, split into a primary tier of 6 contractors and a secondary tier of 7 contractors.

Typically works include but are not limited to;

• External and communal decoration

• Window replacement

• Roofing replacement

• Fire Door replacement

• Electrical works

• Fencing

• External repair to brickwork and concrete structures

Other projects may involve but are not limited to;

• Conversion of properties

• Refurbishment of properties

• Extensions

• Disabled adaptations

• Construction projects

It is forecast that the majority of projects, around 80% based upon historical demand, will be to the Councils social housing portfolio where residents usually remain in occupation for the

duration of works.

Although only a forecast subject to variation, the remaining 20% of projects are likely to be in relation to maintenance / construction of properties within the Councils varied corporate property portfolio, this includes properties such as;

• Schools

• Libraries

• Leisure centres

• Social Care Facilities

• Depots

• Commercial Buildings

• Community Centres

• Cultural assets

• Shops

It is anticipated that over the 4 year period up to £60m of PCC projects may be procured through the Framework based upon the agreed maintenance budget for 2021/22 and predicted budgets for future years.

Factoring in potential additional use by the PCC and use from other contracting authorities that will be able to access the framework agreement, either directly or via PCC, it is

anticipated that the maximum spend on the Framework could be as much £100m, although no commitment can be made in this respect.

Typically the majority of projects will range from £100k - £250k however there will be frequent occurrences where project values are below £100k ranging up to above £1.5m. There is no minimum or maximum project values as whilst the contract value ranges may differ the core work is of a similar nature.

The framework has a primary and secondary tier, whilst allowing for award of call off contracts via mini-competition and direct award against a range of options. Further details

on who can access the framework, the contract award provisions and operation see section II.2.4.

The procurement was undertaken in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015).

Application was via submission of completed tender via the Council's e-sourcing system accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home which was used to administrate the procurement process.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 100 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

44112000

44115000

45100000

45210000

45260000

45300000

45400000

45500000

50700000

71200000

71420000

71500000

71600000

II.2.3) Man cyflawni

Cod NUTS:

UKJ31

UKJ32

UKJ34

UKJ35

UKJ36

UKJ37


Prif safle neu fan cyflawni:

Framework Access

In addition to use on Council assets, the Framework may be used by the Council when undertaking projects on behalf of other public sector clients within South Hampshire and the Isle of Wight. The Framework may also be accessed directly by the following Contracting Authorities -

Portsmouth City Council

• Havant Borough Council

• Fareham Borough Council

• Gosport Borough Council

• University of Portsmouth

• Solent NHS Trust (and its successors)

• Isle of Wight Council

• New Forest District Council

II.2.4) Disgrifiad o’r caffaeliad

The framework agreement is comprised of a primary and secondary tier in order to provide contingency and ongoing competition. Framework rankings and placement in tiers were in accordance with tender evaluation scores achieved at establishment of the framework agreement.

The primary tier is made up of 6 contractors

1. D.M.Habens Ltd

2. Bell Decorating Group

3. A Purkiss Ltd

4. Ian Williams Ltd

5. Novus Property Solutions

6. Dartmouth General Contractors Ltd

The secondary tier is made up of 7 contractors

7. Comserv Uk Ltd

8. Kier Services Ltd

9. Hi-Tech Property Services

10. Mountjoy Ltd

11. Hankinson ltd

12. Etec Contract Services Ltd

13. Vale Southern Construction

The Council may increase the number of contractors on the primary tier over the course of the agreement and may also undertake re-tiering exercises whereby contractors from both tiers will be invited to submit bids which following evaluation will set new rankings and tier allocation.

Unless under exceptional circumstances the Council does not envisage undertaking such an exercise more than once within a 12 month period.

Contractor rankings and tiering may also be affected by performance scores achieved for framework projects. Tier 1 contractors who routinely do not bid for projects and / or who routinely submit uncompetitive bids may be demoted to Tier 2.

Framework Award Procedures and Operation

The framework will allow for award of call off contracts via mini-competition and direct award

against a range of options.

Mini-competitions will generally be run just using the primary tier but may be run across both

tiers for re-tiering exercises, times of reduced capacity and for non-standard works which may include for specialist works, geographical considerations, alternate contracting strategies etc. at the discretion of the Council.

Sifting briefs may be included for within mini-competitions for non-standard works which will establish a specific shortlist for the call off contract or may create a framework sub-lot for the non-standard work type in questions which can be subsequently used for further call offs, whether via mini-competition or direct award.

Direct awards may be made on a ranked basis or repeat work / work expansion basis. Where direct awards are made on a ranked basis this may be on the basis of a single contract award to the highest ranked contractor or multiple contract awards on a sliding scale value / preference basis by contractor rank.

Repeat work direct awards may be made to a contractor who has recently undertaken works of a very similar nature, either for the Council or for any other UK contracting authority. Work expansion direct awards may be made where the contractor is already in contract with the Council and further works are identified which may be brought into the scope of the contract.

Whilst it is anticipated that most call off contracts will be subject to JCT Minor Works or JCT Intermediate terms the full suite of JCT and NEC4 contracts may be utilised. Whilst most works will be let on a fully designed construct only basis contracts may also be let via a range of other strategies including for not limited to 2 stage open book design & build partner contracting, single stage design & build, single stage build only with contractor design portions, etc.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Methodology and Risk Assessment / Pwysoliad: 12

Maes prawf ansawdd: Project Programme / Pwysoliad: 3

Maes prawf ansawdd: Project Resource / Pwysoliad: 5

Maes prawf ansawdd: Quality Assurance / Pwysoliad: 10

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Maen prawf cost: Project Total Price / Pwysoliad: 50

Maen prawf cost: Combined Overhead and Profit % / Pwysoliad: 5

Maen prawf cost: Sum of Defined Trades / Pwysoliad: 5

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Individual call off contracts may be extended in line with the relevant call off terms used and the direct award provisions set out within the framework agreement.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Included in the tender pack was the Primary Contractor - Framework Overview Document that provides a detailed review of the framework tiering, general operation and performance

measures. The following areas are covered in further detail -

• Historical Usage

• Future Use

• Framework Operation

o Tiering

o Re-tiering of Framework

o Suspension, Barring, Insolvency

o Yearly Review

o Competitive Re-Tiering

o Requirement to bid

o Excessively High Bids

• Awarding Work

• Call-Off Process - Standard Works

• Call Off Process - Non-Standard Works

• Call-Off Process - Direct Award

• Framework Management

• Procurement Compliance

o Accounts

o Insurance

o Quality Assurance Accreditations

o Health and Safety Accreditations

o Social Value

• Contractor Performance

o KPI Scoring

o Use of KPI's - performance monitoring

o Demotion to tier 2

o Expulsion from Framework

o Use of KPI's - tender weighting

• Rebate

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2021/S 000-007945

Section V: Dyfarnu contract

Teitl: PRIMARY CONTRACTOR FRAMEWORK 2021 to 2025 - PORTSMOUTH & SUB REGION

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

26/07/2021

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 22

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 22

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Ydy

V.2.3) Enw a chyfeiriad y contractwr

D.M.Habens Ltd

03558772

WELLESLEY HOUSE 204 LONDON ROAD

Waterlooville

PO7 7AN

UK

NUTS: UKJ3

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Bell Decorating Group

SC114142

Puckridge Barracks

Aldershot

GU11 2HL

UK

NUTS: UKJ

BBaCh yw’r contractwr: Na

V.2.3) Enw a chyfeiriad y contractwr

A Purkiss Ltd

3561215

2A Limberline Road

Portsmouth

PO3 5JS

UK

NUTS: UKJ3

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Ian Williams Ltd

0879464

First Floor, Unit 3, Park Court Premier Way

Romsey

SO51 9DN

UK

NUTS: UKJ

BBaCh yw’r contractwr: Na

V.2.3) Enw a chyfeiriad y contractwr

Novus Property Solutions

02403551

PO BOX 13 FIVE TOWNS HOUSE HILLSIDE

Stoke on trent

ST1 5SH

UK

NUTS: UKJ

BBaCh yw’r contractwr: Na

V.2.3) Enw a chyfeiriad y contractwr

Dartmouth General Contractors Ltd

01276017

UNIT 4 DARTMOUTH BUILDINGS FORT FAREHAM BUSINESS PARK

Newgate Lane

PO14 1AH

UK

NUTS: UKJ3

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

7. Comserv Uk Ltd

05193429

10 DOWNLEY ROAD

Havant

PO9 2N

UK

NUTS: UKJ

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Kier Services Ltd

02651873

81 FOUNTAIN STREET

Manchester

M2 2EE

UK

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.3) Enw a chyfeiriad y contractwr

Hi Tech Property Services

04690266

UNIT 5 16 DAVIS WAY

Fareham

PO14 1JF

UK

NUTS: UKJ3

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

10. Mountjoy Ltd

06009150

MOUNTBATTEN BUSINESS PARK

Portsmouth

PO6 1US

UK

NUTS: UKJ

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

11. Hankinson ltd

03495743

Cotton Place

Wirral

CH41 6EF

UK

NUTS: UKD

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

12. Etec Contract Services Ltd

05392794

5 MARGARET ROAD

Romsey

RM2 5SH

UK

NUTS: UKH

BBaCh yw’r contractwr: Ydy

V.2.3) Enw a chyfeiriad y contractwr

Vale Southern Construction

02896202

UNIT 20 FAIRWAY BUSINESS PARK AIRPORT SERVICE ROAD

Portsmouth

PO3 5NU

UK

NUTS: UKJ3

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 100 000 000.00 GBP

Cyfanswm gwerth y contract/lot: 378 555.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

12/12/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44115000 Ffitiadau adeiladau Deunyddiau adeiladu
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45400000 Gwaith cwblhau adeiladau Gwaith adeiladu
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
45260000 Gwaith toi a chrefftau adeiladu arbennig eraill Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71420000 Gwasanaethau pensaernïaeth tirwedd Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
71200000 Gwasanaethau pensaernïol a gwasanaethau cysylltiedig Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71600000 Gwasanaethau profi, dadansoddi ac ymgynghori technegol Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
45500000 Llogi peiriannau a chyfarpar adeiladu a pheirianneg sifil gyda gweithredwr Gwaith adeiladu
44112000 Strwythurau adeiladau amrywiol Deunyddiau adeiladu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@portsmouthcc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.