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.
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.