Spinnaker Tower - Lift Replacement - AWARD

Award

Value

£0

Suppliers

Classifications

  • Design consultancy services

Tags

  • award

Submission Deadline

3 months ago

Published

2 months ago

Description

Portsmouth City Council  is undertaking this call off (aka Further Competition)under Lot 5 of the Fusion21's Lifts Framework (Contract Notice 2024/S 000-006913). Only suppliers appointed to the framework/lot for the South East of England that have expressed an interest in this opportunity have been invited to bid. 
      
      Portsmouth City Council are undertaking this tender exercise in order to procure a suitable Lift Consultant to complete a feasibility study on the replacement of the lift at the Spinnaker Tower, Gunwharf Quays, Portsmouth.  The purpose of the feasibility study is to review the options available for the replacement of the lift in order to provide resilience in design.
      
      The final feasibility report will enable the Council to make an informed decision upon the strategy to move forwards with the lift replacement design and works. 
      The Council may wish to work with one consultant team throughout the project, therefore the Council reserve the option to award the subsequent design and management of lift replacement works to the successful consultant depending on budget, project approval and satisfactory delivery/performance, however, consultants should also note that the Council may undertake a further procurement exercise to secure consultants to assist in the subsequent design and delivery of the lift replacement. 
      
      Bidders are required to account for Fusion21's Management Fee of 4% of total contract price when bidding for this tender. This will be invoiced by Fusion21 directly to the successful bidder.
      
      The following indicative programme is being followed:
      
      1- Issue of Feasibility Study Tender Documentation - Wednesday 11th June 2025
      2 - Site Visits in Tender Period - Tuesday 17th June 2025 @ 8:30am Or Wednesday 25th June 2025 @ 8:30am
      3 - Deadline for requests for clarification - Tuesday 1st July 2025
      4 - Feasibility Study Tender submission deadline - Tuesday 8th July 2025
      5 - Issue of tender evaluation results & Contract Award - Wednesday 13th August 2025
      6 - Feasibility Study Mobilisation Period - Wednesday 13th August - Tuesday 9th September 2025
      7 - Site Surveys - Wednesday 10th September - Tuesday 23rd September 2025
      8 - Report Preparation	- Wednesday 24th September - Friday 17th October 2025
      9 - Initial Draft Report Submission - Friday 17th October 2025
      10 - Client Based Report Review and Feedback - Monday 20th October - Friday 24th October 2025
      11 - Consultant Report Amendments - Monday 27th October - Friday 6th November 2025
      11 -Final Report Issue -Friday 7th November 2025
      
      Deadline for submissions via the Intend portal is 8th July.

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

Asset Management and Professional Support Services Framework

This procurement relates to the establishment of a framework for the provision of asset management and professional consultancy services across the property and housing sector. The framework is designed to support Sanctuary Housing and other public sector bodies in accessing high-quality consultancy services to deliver their asset management, compliance, and property development programmes. The framework will offer services nationally, with an estimated value of £40,000,000 exc VAT (£48,000,000 inc VAT) over it's four year term. The framework is a single lot covering Consultancy Services, covering services such as project management, business process re-engineering and service improvement, options appraisals, partnering advisers, procurement services, transformation services, BSA duty holder services, health and safety consultancy, and related disciplines. The framework will be accessible nationally and will allow for both direct award and further competition under the Open Procedure, in accordance with the Procurement Act 2023 and associated Regulations and will be open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between Sanctuary, the Supplier and Pretium Frameworks Ltd, who Sanctuary has appointed to administer the framework on their behalf. Full details of the scope and requirements of the framework and the procurement process, including how to tender are included within the procurement and tender documents. Sanctuary anticipate appointing ten suppliers to each the framework, but reserve the right to increase this number at their discretion. The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this Framework. The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. it should be noted that neither Devonshires, Pretium or Echelon shall be responsible for any changes made to the documents without the approval or engagement of the authors of the relevant documents at or prior to call off stage. The framework will be open to but not limited to any "Authorised User", which is defined as follows: Authorised User” means any of the following: (i) any entity within the same group of companies as Sanctuary from time to time (a “Sanctuary Member”); (ii) any entity or joint venture company that Sanctuary or any other Sanctuary Member holds an interest in from time to time (a “Sanctuary JV”); (iii) any Social Housing Provider in the United Kingdom (excluding Sanctuary, Sanctuary Members and Sanctuary JVs); (iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts; (v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools; (vi) any other “contracting authority” in the UK as defined in the Procurement Act 2023; and (vii) any supply chain member of Sanctuary or of any of the above organisations; and, in the case of the organisations listed in limbs (iii), (iv), (v), (vi) and (vii) above, who has entered into an Access Agreement with Sanctuary;

Katy Reed

Published 5 days 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]

023 9268 8235

Timeline complete

Publish
Bid
Evaluate
Award
Complete