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

Building Safety Consultancy - Framework Agreement

  • Cyhoeddwyd gyntaf: 20 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 20 Rhagfyr 2023

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-03c55f
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
20 Rhagfyr 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

At the same time as framework establishment the following two call off contracts were let and awarded to F R Consultants LLP from Portsmouth City Council:

1) 18M+ PROJECT CONTRACT

• Form of Contract: NEC 4 Professional Services Contract Option A

• Duration: August 2023 to April 2024

• Value: £2,166,557

2) INDIVIDUAL SURVEYS CONTRACT

• Form of Contract: NEC 4 Professional Services Contract Option E utilising Option X19 Task

Order draw down mechanism

• Duration: 2 years from award with the potential for extension up to a maximum of 5 years in increments to be agreed.

• Total Value: £1,828,046

FRAMEWORK - SCOPE OF SERVICES

Typically, services will be related to fire engineering consultancy and will include, but not be limited to the following:

• Gap Analysis

• Fire Door Surveys (Residential and Communal)

• Compartmentation Survey Type 4

• FRAEW to PAS9980

• EWS1 Form

• Structural Assessment / Inspection

• Building Condition Survey

• Fire Alarm and Systems Check Review

• Fire and Rescue Service Equipment Review

• Fire Strategies

• Fire Risk Assessments

• Building Safety Cases

• Resident Engagement Strategies

• Prioritisation of works and blocks

• Existing building plans

• H&S compliance items

FRAMEWORK OPERATION - RE-RANKING

Ranking will remain fixed for the duration of the Framework but may be altered over the course of the framework as a result of:

• Suspension, barring, insolvency

• Re-ranking mini competition process

• KPI performance

• Procurement compliance

Generally, the re-ranking mini-competition process will not be undertaken at intervals of no more than 12 months except in exceptional circumstances.

FRAMEWORK OPERATION - CALL OFF PROCESSES

The framework will allow for call off of contracts via either Direct Award or Mini-Competition as set out below.

FRAMEWORK OPERATION - DIRECT AWARD CALL OFF PROCESS

Call off contracts may be let via direct award in the following circumstances:

• On a Ranked Basis - call-off contracts will be awarded to the highest ranked consultant where the services required may be commissioned without any substantive alterations to terms and pricing established at point of framework award. Where the highest ranked Consultant is unable to undertake the services due to performance and / or capacity issues, the second ranked Consultant may be approached, and so on.

• On a Repeat Work Basis - where requirements are of a sufficiently similar nature to those being provided by a Consultant under a pre-existing contract let via the framework agreement and may be commissioned without any substantive alteration to terms and

pricing established at point of framework or call off award.

Requirements may be considered sufficiently similar in nature where ALL of the factors below apply:

o The value of the call off contract is within approximately 50% above or below in value of a previous similar call off contract

o The scope of activities are materially similar in nature

o Similar building types / infrastructure

o The form of call of contract used includes for no changes to economic balance between the Client and the Consultant as the previous similar call off contract.

FRAMEWORK OPERATION - MINI-COMPETITION CALL OFF PROCESS

As the council ideally wishes to work with one partner consultant over term of the framework, mini-competitions will generally only be run in the following circumstances:

• Where not all the terms governing the provision of the services concerned are laid down in the framework agreement and associated template call-off contracts

• Where there is a need to formulate more precisely or significantly depart from the terms of the relevant template call-off contract

• Where there is a need to

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://www.portsmouth.gov.uk/ext/business/business.aspx

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

Building Safety Consultancy - Framework Agreement

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Portsmouth City Council - the 'council' invited tenders from suitably qualified and experienced consultants for inclusion on a new multi-supplier fire & building safety services framework agreement.

The framework agreement will be used to source relevant services

required to fulfil the council's landlord duties in respect of its portfolio of 15,000 social housing properties and 900 corporate assets. The scope of relevant framework services is summarised within Section II.2.4. below.

The framework agreement may also be accessed by Gosport Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities.

Three consultants have been appointed a place on the framework agreement on a ranked basis. Summary information on how the framework agreement will operate is set out within Section II.2.4. below.

The framework agreement has been established via, and concurrently with, the award of two significant council call off contracts, being

1) 18m+ Project Contract for 36 weeks and

2) Individual Surveys Contract for 2 years + optional ext. up to 5 years,

details of which are summarised within Section II.2.4. below.

Tenderers submitted bids for both contracts and the council awarded both contracts to the overall highest scoring tenderer, F R Consultants Ltd, who was also appointed as the number 1 ranked consultant on the framework agreement.

Bailey Partnership LLP and Vemco Consulting Ltd were awarded 2nd and 3rd place on the framework respectively.

The framework agreement will run for a duration of 4 years from 10th August 2023 to 10th August 2027.

Total spend let via the framework agreement over the 4-year term is estimated at between £2.2M - £8.3M based upon the breakdown set out below:

• Portsmouth City Council - Call Off Contract 1 '18m+ Project' = £1.2M - £2M

• Portsmouth City Council - Call Off Contract 2 'Individual Surveys' = £1M - £1.5M (over max 5

year term)

• *Portsmouth City Council - Call Off Contract 3 '11-18m Blocks' = £2.5M - £3M

• **Gosport Borough Council = £400,000 - £600,000

• **SCC Demand = £800,000 - £1.2M

*This call off contract will only be let in the event that the Building Safety Regulator reduces the height of "higher risk" buildings to 11m during the term of the framework agreement.

**These estimates are based upon values which were provided by each of the named Contracting Authorities. The council provides no guarantee in respect of the accuracy of these estimates or any guarantee that the Contracting Authorities will call off from the framework agreement.

The value of individual surveys commissioned via council (Call Off Contract 2) is expected to vary form between £500 to £15,000 per building. However, the council may also commission packages of surveys which may be of a higher value. These ranges are purely indicative and no minimum or maximum values for surveys or packages of surveys will apply.

The Council established the framework in accordance with the Open Procedure in accordance with Public Contracts Regulations 2015.

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: 8 300 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71250000

71300000

71620000

71631000

II.2.3) Man cyflawni

Cod NUTS:

UKJ31

UKJ32

UKJ35


Prif safle neu fan cyflawni:

The council's property portfolio also encompass properties which are located within the boundaries of Havant Borough Council.

The framework agreement may also be accessed by Gosport Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities.

II.2.4) Disgrifiad o’r caffaeliad

At the same time as framework establishment the following two call off contracts were let and awarded to F R Consultants LLP from Portsmouth City Council:

1) 18M+ PROJECT CONTRACT

• Form of Contract: NEC 4 Professional Services Contract Option A

• Duration: August 2023 to April 2024

• Value: £2,166,557

2) INDIVIDUAL SURVEYS CONTRACT

• Form of Contract: NEC 4 Professional Services Contract Option E utilising Option X19 Task

Order draw down mechanism

• Duration: 2 years from award with the potential for extension up to a maximum of 5 years in increments to be agreed.

• Total Value: £1,828,046

FRAMEWORK - SCOPE OF SERVICES

Typically, services will be related to fire engineering consultancy and will include, but not be limited to the following:

• Gap Analysis

• Fire Door Surveys (Residential and Communal)

• Compartmentation Survey Type 4

• FRAEW to PAS9980

• EWS1 Form

• Structural Assessment / Inspection

• Building Condition Survey

• Fire Alarm and Systems Check Review

• Fire and Rescue Service Equipment Review

• Fire Strategies

• Fire Risk Assessments

• Building Safety Cases

• Resident Engagement Strategies

• Prioritisation of works and blocks

• Existing building plans

• H&S compliance items

FRAMEWORK OPERATION - RE-RANKING

Ranking will remain fixed for the duration of the Framework but may be altered over the course of the framework as a result of:

• Suspension, barring, insolvency

• Re-ranking mini competition process

• KPI performance

• Procurement compliance

Generally, the re-ranking mini-competition process will not be undertaken at intervals of no more than 12 months except in exceptional circumstances.

FRAMEWORK OPERATION - CALL OFF PROCESSES

The framework will allow for call off of contracts via either Direct Award or Mini-Competition as set out below.

FRAMEWORK OPERATION - DIRECT AWARD CALL OFF PROCESS

Call off contracts may be let via direct award in the following circumstances:

• On a Ranked Basis - call-off contracts will be awarded to the highest ranked consultant where the services required may be commissioned without any substantive alterations to terms and pricing established at point of framework award. Where the highest ranked Consultant is unable to undertake the services due to performance and / or capacity issues, the second ranked Consultant may be approached, and so on.

• On a Repeat Work Basis - where requirements are of a sufficiently similar nature to those being provided by a Consultant under a pre-existing contract let via the framework agreement and may be commissioned without any substantive alteration to terms and

pricing established at point of framework or call off award.

Requirements may be considered sufficiently similar in nature where ALL of the factors below apply:

o The value of the call off contract is within approximately 50% above or below in value of a previous similar call off contract

o The scope of activities are materially similar in nature

o Similar building types / infrastructure

o The form of call of contract used includes for no changes to economic balance between the Client and the Consultant as the previous similar call off contract.

FRAMEWORK OPERATION - MINI-COMPETITION CALL OFF PROCESS

As the council ideally wishes to work with one partner consultant over term of the framework, mini-competitions will generally only be run in the following circumstances:

• Where not all the terms governing the provision of the services concerned are laid down in the framework agreement and associated template call-off contracts

• Where there is a need to formulate more precisely or significantly depart from the terms of the relevant template call-off contract

• Where there is a need to alter the pricing established at the point of framework award

• As an alternative to direct award on a ranked basis following suspension or termination from the framework agreement of the previous number 1 ranked supplier or supplier who had

undertaken similar services in the case of repeat work options

FRAMEWORK OPERATION - CALL OFF CONTRACT TERMS

Call off contracts via the framework agreement will be let using the NEC 4 Professional Services Contract or NEC 4 Professional Services Short Contract.

FRAMEWORK OPERATION - PRICING & TIMESCALES

The following cost and timescale elements submitted at tender by the successful consultants will be held at framework level. These cost elements must be honoured throughout the term of the framework agreement on a meet or beat basis in respect of future call offs.

• *Hourly rates

• NEC 4 Fee Percentages (For NEC4 PSC Option A, NEC4 PSC option E and NEC4 PSSC)

• *Rates held in price list for individual surveys which will be used to price the task orders

(NEC4 PSC Option E + X19)

• Lead in time for surveys and turnaround times for individual surveys

*These cost elements may be subject to yearly increase subject to request and approval by the council as set out within the procurement documents.

II.2.5) Meini prawf dyfarnu

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The contract for Individual surveys may be extended by another 3 years up to a maximum of 5 years in increments to be agreed.

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

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:

2023/S 000-012406

Section V: Dyfarnu contract

Rhif Contract: 1

Teitl: Framework (1st ranked), 18m+ contract and Individual Surveys Contract

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

02/08/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

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

V.2.3) Enw a chyfeiriad y contractwr

FR Consultants Ltd

11354060

Romsey

SO51 9AQ

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 8 300 000.00 GBP

Cyfanswm gwerth y contract/lot: 8 300 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif Contract: 2

Teitl: Framework (2nd Ranked)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

02/08/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

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

V.2.3) Enw a chyfeiriad y contractwr

Bailey Partnership (Consulting) LLP

OC420278

Chichester

PO19 1LJ

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 8 300 000.00 GBP

Cyfanswm gwerth y contract/lot: 8 300 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif Contract: 3

Teitl: Framework (3rd Ranked)

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

02/08/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

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

V.2.3) Enw a chyfeiriad y contractwr

Vemco Consulting Ltd

08276458

Cambridge

CB4 0WX

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 8 300 000.00 GBP

Cyfanswm gwerth y contract/lot: 8 300 000.00 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

WCA 2LL

UK

Ffôn: +44 2079476000

VI.5) Dyddiad anfon yr hysbysiad hwn

18/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71631000 Gwasanaethau archwilio technegol Gwasanaethau archwilio a phrofi technegol
71620000 Gwasanaethau dadansoddi Gwasanaethau profi, dadansoddi ac ymgynghori technegol
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71250000 Gwasanaethau pensaernïol, peirianneg ac arolygu a thirfesur Gwasanaethau pensaernïol a gwasanaethau cysylltiedig

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.