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.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 13 Hydref 2021
  • Wedi'i addasu ddiwethaf: 13 Hydref 2021

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:
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
13 Hydref 2021
Dyddiad Cau:
12 Tachwedd 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

All contractors must 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

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

PORTSMOUTH CITY COUNCIL

Portsmouth City Council

Portsmouth

PO1 2AL

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

Cyfeiriad proffil y prynwr: https://www.portsmouth.gov.uk/ext/business/business.aspx

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

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

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

II.1.2) Prif god CPV

45240000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Portsmouth City Council ('the council') on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), is inviting expressions of interest from suitably qualified contractors for inclusion onto a multi-contractor Coastal Engineering Minor Works Framework Agreement.

The Council is aiming to commence the framework on 4th April 2022 and will run for a period of four years.

The framework will comprise 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. Contractors may apply in respect of 1 or both lots.

Each framework lot will be made up of a primary tier of 4 contractors and a secondary tier of 2-3 contractors. The secondary tier will primarily be used on a contingency resource basis.

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 will be let using the NEC4 Framework Agreement terms.

Once established, contracting authorities will 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 will 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 will be established using the Restricted Procedure as set out within the Public Contracts Regulations (2015). The council anticipates shortlisting 6-7 contractors for each lot from assessment of returned Supplier Selection Questionnaire submissions who will then be invited to tender.

The procurement procedure will be run in accordance with the following summary programme:

Bidders Briefing via Teams 21/10/21 10:00 - 11:00

Deadline for SSQ clarification 28/10/21

SSQ return deadline 12/11/21 14:00

Issue ITT (For Civils Works lot 1) 06/12/21

Deadline for ITT 20/01/22

Notification of award & standstill 21/02/22

Award 03/03/22

Issue ITT (for Beach Works lot 2) 13/12/21

Deadline for ITT 27/01/22

Notification of award 28/02/22

Award 10/03/22

Framework commencement 04/04/22

Application is via submission of completed Supplier Selection Questionnaire and associated documentation by 11th November 2021 14:00 via the Council's e-sourcing system InTend will be used to administrate the procurement process and is accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - General Coastal Civil Engineering Works

II.2.2) Cod(au) CPV ychwanegol

45241000

45242110

45243000

45244000

45246000

45247000

45252124

II.2.3) Man cyflawni

Cod NUTS:

UKJ21

UKJ22

UKJ27

UKJ28

UKJ3

UKJ4

UKK15

UKK2


Prif safle neu fan cyflawni:

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) Disgrifiad o’r caffaeliad

All contractors must 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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 300 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

As stated within the SSQ documentation accessible via InTend.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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

Once established, contracting authorities will have a variety of call-off mechanisms and contracting options available for use which include for both mini-competition and direct award options.

These will include:

Mini Competition

• Mini-competition amongst all Primary Tier Contractors.

• Mini-competition may also include for Secondary Tier

Contractors in the following situations - capacity / performance issues with Primary Tier Contractors on a contingency basis, specialist works requirements, higher / lower value works, geographical considerations, in term re-tiering mini-competitions.

• Mini-competitions may also be undertaken either via an individual Lot or across both in order establish additional Lots and Sub-Lots via the framework agreement for specialist work types, high / low works values, geographical locations, alternative contracting strategies.

Direct Award

• On a ranked basis - call-off contracts will be awarded to the highest ranked contractor. Where the highest ranked contractor does not have the required capacity or there are performance issues, the second ranked contractor will be approached, and so on.

• On a work development basis - in the event that any framework contractor has delivered an initial phase of related works, either via this framework agreement or via another contracting route, future phases may be awarded via direct award to the same contractor.

• On a repeat specialist work basis - where SCG or SCOPAC requirements are very similar to specialist works already delivered by a contractor for the contracting authority making the award or for work undertaken for any other UK contracting authority let either via this framework agreement or another contracting route, a direct award may be made using this framework to the same contractor.

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Specialist Beach Management Works

II.2.2) Cod(au) CPV ychwanegol

45112320

45112360

45112400

45112500

45241000

45243000

45244000

45246000

45247000

II.2.3) Man cyflawni

Cod NUTS:

UKJ21

UKJ22

UKJ27

UKJ28

UKJ3

UKJ4

UKK15

UKK2


Prif safle neu fan cyflawni:

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) Disgrifiad o’r caffaeliad

All contractors must 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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 700 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Estimated timing for further notices to be published: It is envisaged that a further notice will be published in Autumn 2025 for a future iteration of the this framework. This will be dependent on the nature of future requirements and the need for a new framework.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

As stated within the SSQ documentation accessible via InTend.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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

Once established, contracting authorities will have a variety of call-off mechanisms and contracting options available for use which include for both mini-competition and direct award options. These will include:

Mini Competition

• Mini-competition amongst all Primary Tier Contractors.

• Mini-competition may also include for Secondary Tier Contractors in the following situations - capacity / performance issues with Primary Tier Contractors on a contingency basis, specialist works requirements, higher / lower value works, geographical considerations, in term re-tiering mini-competitions.

• Mini-competitions may also be undertaken either via an individual Lot or across both in order establish additional Lots and Sub-Lots via the framework agreement for specialist work types, high / low works values, geographical locations, alternative contracting strategies.

Direct Award

• On a ranked basis - call-off contracts will be awarded to the highest ranked contractor. Where the highest ranked contractor does not have the required capacity or there are performance issues, the second ranked contractor will be approached, and so on.

• On a work development basis - in the event that any framework contractor has delivered an initial phase of related works, either via this framework agreement or via another contracting route, future phases may be awarded via direct award to the same contractor.

• On a repeat specialist work basis - where SCG or SCOPAC requirements are very similar to specialist works already delivered by a contractor for the contracting authority making the award or for work undertaken for any other UK contracting authority let either via this framework agreement or another contracting route, a direct award may be made using this framework to the same contractor.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

As stated within the SSQ documentation accessible via InTend.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 14

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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/11/2021

Amser lleol: 14:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 06/12/2021

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Estimated timing for further notices to be published: It is envisaged that a further notice will be published in Autumn 2025 for a future iteration of the this framework. This will be dependent on the nature of future requirements and the need for a new framework.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

VI.5) Dyddiad anfon yr hysbysiad hwn

12/10/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45247000 Gwaith adeiladu ar gyfer argaeau, camlesi, sianeli dyfrhau a thraphontydd dwr Gwaith adeiladu ar gyfer prosiectau dwr
45240000 Gwaith adeiladu ar gyfer prosiectau dwr Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45242110 Gwaith adeiladu ffyrdd lansio Gwaith adeiladu cyfleusterau hamdden glan y dwr
45112320 Gwaith adeiladu glanfeydd Gwaith cloddio a symud pridd
45241000 Gwaith adeiladu harbyrau Gwaith adeiladu ar gyfer prosiectau dwr
45244000 Gwaith adeiladu morol Gwaith adeiladu ar gyfer prosiectau dwr
45112360 Gwaith adsefydlu tir Gwaith cloddio a symud pridd
45243000 Gwaith amddiffyn yr arfordir Gwaith adeiladu ar gyfer prosiectau dwr
45252124 Gwaith carthu a phwmpio Gwaith adeiladu ar gyfer gweithfeydd trin carthion, gweithfeydd puro a gweithfeydd llosgi sbwriel
45112400 Gwaith cloddio Gwaith cloddio a symud pridd
45246000 Gwaith rheoli afonydd a llifogydd Gwaith adeiladu ar gyfer prosiectau dwr
45112500 Gwaith symud pridd Gwaith cloddio a symud pridd

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.