PRIMARY CONTRACTOR FRAMEWORK 2021 - PORTSMOUTH & SUB REGION

Award

Value

£378,555

Classifications

  • Building construction work
  • Miscellaneous building structures
  • Building fittings
  • Site preparation work
  • Roof works and other special trade construction works
  • Building installation work
  • Building completion work
  • Hire of construction and civil engineering machinery and equipment with operator
  • Repair and maintenance services of building installations
  • Architectural and related services
  • Landscape architectural services
  • Construction-related services
  • Technical testing, analysis and consultancy services

Tags

  • award
  • contract

Published

2 years ago

Description

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 15 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Service

[email protected]

+44 2392688235

+44 2079476000

Timeline complete

Publish
Bid
Evaluate
Award
Complete