Buyer Name: Portsmouth City Council
Buyer Address: Civic Offices, Guildhall Square, Portsmouth, UKJ31, PO1 2AL, United Kingdom
Contact Email: procurement@portsmouthcc.gov.uk
Buyer Name: Portsmouth City Council
Buyer Address: Civic Offices, Guildhall Square, Portsmouth, UKJ31, PO1 2AL, United Kingdom
Contact Email: procurement@portsmouthcc.gov.uk
Portsmouth City Council - the 'Council' - is inviting applications from suitably qualified & experienced contractors to take part in a procurement process which a contract which will award a contract for the refurbishment and extension of an existing office building at 57-63 Scrutton Street, London EC2A, delivering high-quality Cat A workspace with improved amenity and sustainability performance. The property is situated on Scrutton Street, Hackney, within the Shoreditch commercial district. The site is fully built-out, with party-wall boundaries to both sides and constrained logistics typical of central London projects. Neighbour access and coordination will be required for façade and roof-level works. The works comprise: • Comprehensive refurbishment of existing structure and services. • One-storey rooftop extension to create additional office accommodation and an accessible terrace. • Basement reconfiguration for new plant, cycle parking, lockers and showers. • Full replacement of façades, glazing, and entrance canopy. • Delivery of a fully electric, BREEAM Excellent-targeted building in line with Part L 2021 and London Plan policies. • Retention and localised strengthening of the existing steel frame and raft foundation. • New composite-deck structure at roof level with green/blue roof and screened plant zone. • Installation of twin 8-person MRL lifts serving all floors including the roof terrace. • HVRF heating/cooling, MVHR ventilation and air-source hot-water generation. • PV array at roof level and smart metering/BMS integration. • Cat A internal finishes and reception enhancements. • Associated drainage, waterproofing and external works. The scope of the contractor appointment will include for post RIBA 4 design responsibilities although it should be noted that the Council will not be making its design team available for novation. The contract will be let using the JCT Design & Build Contract 2024 - subject to project specific client amendments and amendments required for compliance with the Procurement Act 23. The estimated value of the contract is approx. £8.9M (excluding VAT) based upon cost plan estimates against the current design which is currently developed to RIBA Stage 2. The Council has undertaken pre-app discussions with the planning authority and is targeting to have submitted a full planning application in early 2026. The Council will progress design to RIBA Stage 4 at which point it will seek submission of lump sum tenders. The Council is targeting to have awarded the contract by 4th September 2026 with start on site targeted for commencement on 4th December 2026 and completion of works targeted for completion on 30th November 2027 after which a 12-month contractual defects liability period will apply. These target dates are indicative and could be impacted if there are any significant delays in obtaining planning permission. The Council will undertake the procurement process to award the contract in line with the procurement procedure and programme outlined below which utilises the Competitive Flexible Procedure as defined within the Procurement Act 23. • Tender Notice & 1st Stage CFP PSQ Documents issued - 19th December 2025 • Clarification deadline - 26th January 2026 @23:59 • 1st Stage CFP PSQ submission deadline - 6th February 2026 @12:00 • Shortlisting confirmation - 20th February 2026 • ECI input sought from shortlisted contractors - March - April 2026 • 2nd stage CFP ITT issued - 27th May 2026 • 2nd stage CFP ITT clarification deadline - 29th June 2026 @23:59 • 2nd stage CFP ITT submission deadline - 7th July 2026 @12:00 • Issue of Assessment Summaries - 17th August 2026 • Issue of Contract Award Notice - 17th August 2026 • Standstill begins - 18th August 2026 • Standstill ends - 28th August 2026 • Contract award - 4th September 2026 The Council will administrate this procurement process using it's e-sourcing solution In-tend which is accessible free of charge via: https://in-tendhost.co.uk/portsmouthcc/aspx/Home The system will be used to administrate the procurement process, including for: • Access to and issue of procurement information & documentation • Pre-tender submission clarification requests and response • Tender submission • Tender opening & access to responses • Post-tender submission clarification requests and response • Issue of evaluation and award decision notifications • Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements Suppliers who are not already registered on the In-tend system will need to register their details in order to access the procurement documentation, raise clarification requests and return tender submissions. The detailed KPIs and scoring methodology will also be detailed within the 2nd stage procurement documents. The KPIs will include for and develop upon the high-level structure set out below: • PRE-CONSTRUCTION & MOBILISATION PHASE: • Health & Safety Plan • Supply Chain & Sub-Contractor Appointments • Supply Chain & Sub-Contractor Payment Performance • Cost Management Plan • Programme Management Plan • Environmental Management Plan • Considerate Contractors Scheme Accreditation • Quality Management Plan • Agreed Reporting Structure • Risk Management Plan • CONSTRUCTION & PRACTICAL COMPLETION PHASE: • Programme Management & Milestone Delivery • Cost Management & Delivery to Contracted Sum • Reporting, Forecasting & Early Warnings • Communications & Response • Health & Safety Management • Environmental Management & Achievement of BREEAM Excellent • Sub-contractor & Supply Chain Management • Supply Chain & Sub-Contractor Payment Performance • Minimising Disruption as per Considerate Contractors Scheme requirements • Risk Management • Quality Management & Snagging • Site Logistics, Security & Access • As-built information, O&M and Asset Data • POST PRACTICAL COMPLETION & DEFECTS MANAGEMENT PHASE: • Provision of final O&Ms, H&S file, Warranties, etc. • Defects Number, Type & Severity • Defects Response • Defects Attendance • Defects Rectification • Recurring Defects • Resolving neighbour / stakeholder issues due to defect impacts • Environmental Performance of Asset to BREEAM Excellent standards As required under the Procurement Act 23, the Council will publish a Contract Performance Notice at the key delivery points stated above which summarises delivery performance against the finalised KPIs. The Council will work in partnership with the appointed contractor and will review KPI performance with the contractor at regular intervals. The Council will seek to agree KPI scores with the contractor prior to issue of a Contract Performance Notice and will provide the contractor with details of scores and rationale at least 8 working days prior to issue of the notice to allow for pre-issue representations. In the event of significant non-performance, such as significant persistent performance issues where reasonable opportunity has been provided to the contractor to address but has failed to do so, application of significant damages or other significant penalties, termination (including partial termination) of the contract or the reaching of a settlement agreement between the parties, the Council will be required to issue a Performance Notice within 30 days of the breach in accordance with Section 71 of the Procurement Act 23. The Council will provide notice to the Contractor promptly following the breach notifying of intention to issue a Contract Performance Notice on basis of poor performance, the date on which the notice will be issued, the content of the notice and provide the Contactor with at least 8 working days in which to make representations prior to issue. Further details of what would constitute significant non-performance in relation to this contract will be provided within the stage 2 procurement documents. The Council may also be required to publish Contract Change Notices in the event of significant changes to the scope, value, duration, etc. to the contract. Where such changes can be defined as non-substantial (10% position change in duration, non-material change to scope, material change of economic balance in favour of Contractor) and / or cumulatively fall below the relevant thresholds (15% of the contract value for works contracts) the Council will not be obliged to issue a Contract Change Notice and / or publish a modified redacted version of the contract within 90 days of the modification. If a modification cannot be defined as non-substantial and / or below threshold, the Council may still make modifications to the contract, not exceeding 50% of the latest contract value per modification, in respect the following situations: • Where the modification was transparently and unambiguously allowed for within the contract • Materialisation of a published known risk • Urgency & the protection of life • Unforeseeable circumstances which could not have been reasonably foreseen by the Council • Additional goods, works & services which are a repetition of items already covered within the scope of the contract and only where a change of contractor would significantly impact compatibility and result in significant in duplication of costs In such instances the Council will be required to issue a Contract Change Notice each time a modification is made and publish an updated redacted version of the contract within 90 days of the modification. The Council may also decide to include for a pro-active voluntary 8 working day standstill period from issuing a Contract Change Notice to subsequent modification of the contract in order to mitigate risk of challenge, although it will be under no legal obligation to do so.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/085157-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 8,900,000
Lot 1 Value (Gross): GBP 10,680,000
Lot 1 Contract Start: 2026-09-04T00:00:00+01:00
Lot 1 Contract End: 2028-11-30T23:59:59Z
Lot 1 Award Criterion (quality): Quality (30%)
Lot 1 Award Criterion (cost): Cost (70%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PCNL-5714-PRZV",
"name": "Portsmouth City Council"
},
"date": "2025-12-19T17:25:12Z",
"id": "085157-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05faf5",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Portsmouth",
"postalCode": "PO1 2AL",
"region": "UKJ31",
"streetAddress": "Civic Offices, Guildhall Square"
},
"contactPoint": {
"email": "procurement@portsmouthcc.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PCNL-5714-PRZV",
"identifier": {
"id": "PCNL-5714-PRZV",
"scheme": "GB-PPON"
},
"name": "Portsmouth City Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-08-17T23:59:59+01:00"
},
"coveredBy": [
"GPA",
"CPTPP"
],
"description": "Portsmouth City Council - the \u0027Council\u0027 - is inviting applications from suitably qualified \u0026 experienced contractors to take part in a procurement process which a contract which will award a contract for the refurbishment and extension of an existing office building at 57-63 Scrutton Street, London EC2A, delivering high-quality Cat A workspace with improved amenity and sustainability performance. \nThe property is situated on Scrutton Street, Hackney, within the Shoreditch commercial district. The site is fully built-out, with party-wall boundaries to both sides and constrained logistics typical of central London projects. Neighbour access and coordination will be required for fa\u00e7ade and roof-level works.\nThe works comprise:\n\u2022\tComprehensive refurbishment of existing structure and services.\n\u2022\tOne-storey rooftop extension to create additional office accommodation and an accessible terrace.\n\u2022\tBasement reconfiguration for new plant, cycle parking, lockers and showers.\n\u2022\tFull replacement of fa\u00e7ades, glazing, and entrance canopy.\n\u2022\tDelivery of a fully electric, BREEAM Excellent-targeted building in line with Part L 2021 and London Plan policies.\n\u2022\tRetention and localised strengthening of the existing steel frame and raft foundation.\n\u2022\tNew composite-deck structure at roof level with green/blue roof and screened plant zone.\n\u2022\tInstallation of twin 8-person MRL lifts serving all floors including the roof terrace.\n\u2022\tHVRF heating/cooling, MVHR ventilation and air-source hot-water generation.\n\u2022\tPV array at roof level and smart metering/BMS integration.\n\u2022\tCat A internal finishes and reception enhancements.\n\u2022\tAssociated drainage, waterproofing and external works.\nThe scope of the contractor appointment will include for post RIBA 4 design responsibilities although it should be noted that the Council will not be making its design team available for novation. The contract will be let using the JCT Design \u0026 Build Contract 2024 - subject to project specific client amendments and amendments required for compliance with the Procurement Act 23.\nThe estimated value of the contract is approx. \u00a38.9M (excluding VAT) based upon cost plan estimates against the current design which is currently developed to RIBA Stage 2. The Council has undertaken pre-app discussions with the planning authority and is targeting to have submitted a full planning application in early 2026. The Council will progress design to RIBA Stage 4 at which point it will seek submission of lump sum tenders.\nThe Council is targeting to have awarded the contract by 4th September 2026 with start on site targeted for commencement on 4th December 2026 and completion of works targeted for completion on 30th November 2027 after which a 12-month contractual defects liability period will apply. These target dates are indicative and could be impacted if there are any significant delays in obtaining planning permission. \nThe Council will undertake the procurement process to award the contract in line with the procurement procedure and programme outlined below which utilises the Competitive Flexible Procedure as defined within the Procurement Act 23. \n\u2022\tTender Notice \u0026 1st Stage CFP PSQ Documents issued - 19th December 2025 \n\u2022\tClarification deadline - 26th January 2026 @23:59 \n\u2022\t1st Stage CFP PSQ submission deadline - 6th February 2026 @12:00 \n\u2022\tShortlisting confirmation - 20th February 2026 \n\u2022\tECI input sought from shortlisted contractors - March - April 2026\n\u2022\t2nd stage CFP ITT issued - 27th May 2026 \n\u2022\t2nd stage CFP ITT clarification deadline - 29th June 2026 @23:59\n\u2022\t2nd stage CFP ITT submission deadline - 7th July 2026 @12:00\n\u2022\tIssue of Assessment Summaries - 17th August 2026\n\u2022\tIssue of Contract Award Notice - 17th August 2026\n\u2022\tStandstill begins - 18th August 2026 \n\u2022\tStandstill ends - 28th August 2026 \n\u2022\tContract award - 4th September 2026 \nThe Council will administrate this procurement process using it\u0027s e-sourcing solution In-tend which is accessible free of charge via: \nhttps://in-tendhost.co.uk/portsmouthcc/aspx/Home \nThe system will be used to administrate the procurement process, including for: \n\u2022\tAccess to and issue of procurement information \u0026 documentation\n\u2022\tPre-tender submission clarification requests and response\n\u2022\tTender submission\n\u2022\tTender opening \u0026 access to responses\n\u2022\tPost-tender submission clarification requests and response\n\u2022\tIssue of evaluation and award decision notifications\n\u2022\tPublication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements\nSuppliers who are not already registered on the In-tend system will need to register their details in order to access the procurement documentation, raise clarification requests and return tender submissions.\nThe detailed KPIs and scoring methodology will also be detailed within the 2nd stage procurement documents. The KPIs will include for and develop upon the high-level structure set out below:\n\u2022\tPRE-CONSTRUCTION \u0026 MOBILISATION PHASE:\n\u2022\tHealth \u0026 Safety Plan\n\u2022\tSupply Chain \u0026 Sub-Contractor Appointments\n\u2022\tSupply Chain \u0026 Sub-Contractor Payment Performance\n\u2022\tCost Management Plan\n\u2022\tProgramme Management Plan\n\u2022\tEnvironmental Management Plan\n\u2022\tConsiderate Contractors Scheme Accreditation\n\u2022\tQuality Management Plan\n\u2022\tAgreed Reporting Structure\n\u2022\tRisk Management Plan\n\u2022\tCONSTRUCTION \u0026 PRACTICAL COMPLETION PHASE:\n\u2022\tProgramme Management \u0026 Milestone Delivery\n\u2022\tCost Management \u0026 Delivery to Contracted Sum\n\u2022\tReporting, Forecasting \u0026 Early Warnings\n\u2022\tCommunications \u0026 Response\n\u2022\tHealth \u0026 Safety Management\n\u2022\tEnvironmental Management \u0026 Achievement of BREEAM Excellent\n\u2022\tSub-contractor \u0026 Supply Chain Management\n\u2022\tSupply Chain \u0026 Sub-Contractor Payment Performance\n\u2022\tMinimising Disruption as per Considerate Contractors Scheme requirements\n\u2022\tRisk Management\n\u2022\tQuality Management \u0026 Snagging\n\u2022\tSite Logistics, Security \u0026 Access\n\u2022\tAs-built information, O\u0026M and Asset Data\n\u2022\tPOST PRACTICAL COMPLETION \u0026 DEFECTS MANAGEMENT PHASE:\n\u2022\tProvision of final O\u0026Ms, H\u0026S file, Warranties, etc. \n\u2022\tDefects Number, Type \u0026 Severity\n\u2022\tDefects Response\n\u2022\tDefects Attendance\n\u2022\tDefects Rectification\n\u2022\tRecurring Defects\n\u2022\tResolving neighbour / stakeholder issues due to defect impacts\n\u2022\tEnvironmental Performance of Asset to BREEAM Excellent standards\nAs required under the Procurement Act 23, the Council will publish a Contract Performance Notice at the key delivery points stated above which summarises delivery performance against the finalised KPIs. \nThe Council will work in partnership with the appointed contractor and will review KPI performance with the contractor at regular intervals. The Council will seek to agree KPI scores with the contractor prior to issue of a Contract Performance Notice and will provide the contractor with details of scores and rationale at least 8 working days prior to issue of the notice to allow for pre-issue representations. \nIn the event of significant non-performance, such as significant persistent performance issues where reasonable opportunity has been provided to the contractor to address but has failed to do so, application of significant damages or other significant penalties, termination (including partial termination) of the contract or the reaching of a settlement agreement between the parties, the Council will be required to issue a Performance Notice within 30 days of the breach in accordance with Section 71 of the Procurement Act 23. \nThe Council will provide notice to the Contractor promptly following the breach notifying of intention to issue a Contract Performance Notice on basis of poor performance, the date on which the notice will be issued, the content of the notice and provide the Contactor with at least 8 working days in which to make representations prior to issue. Further details of what would constitute significant non-performance in relation to this contract will be provided within the stage 2 procurement documents. \nThe Council may also be required to publish Contract Change Notices in the event of significant changes to the scope, value, duration, etc. to the contract.\nWhere such changes can be defined as non-substantial (10% position change in duration, non-material change to scope, material change of economic balance in favour of Contractor) and / or cumulatively fall below the relevant thresholds (15% of the contract value for works contracts) the Council will not be obliged to issue a Contract Change Notice and / or publish a modified redacted version of the contract within 90 days of the modification.\nIf a modification cannot be defined as non-substantial and / or below threshold, the Council may still make modifications to the contract, not exceeding 50% of the latest contract value per modification, in respect the following situations:\n\u2022\tWhere the modification was transparently and unambiguously allowed for within the contract\n\u2022\tMaterialisation of a published known risk\n\u2022\tUrgency \u0026 the protection of life\n\u2022\tUnforeseeable circumstances which could not have been reasonably foreseen by the Council \n\u2022\tAdditional goods, works \u0026 services which are a repetition of items already covered within the scope of the contract and only where a change of contractor would significantly impact compatibility and result in significant in duplication of costs\nIn such instances the Council will be required to issue a Contract Change Notice each time a modification is made and publish an updated redacted version of the contract within 90 days of the modification. \nThe Council may also decide to include for a pro-active voluntary 8 working day standstill period from issuing a Contract Change Notice to subsequent modification of the contract in order to mitigate risk of challenge, although it will be under no legal obligation to do so.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-12-19T17:25:12Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "085157-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/085157-2025"
}
],
"enquiryPeriod": {
"endDate": "2026-01-26T23:59:00Z"
},
"expressionOfInterestDeadline": "2026-03-06T12:00:00Z",
"id": "P00005172",
"items": [
{
"additionalClassifications": [
{
"description": "Solar panel roof-covering work",
"id": "45261215",
"scheme": "CPV"
},
{
"description": "Waterproofing work",
"id": "45261420",
"scheme": "CPV"
},
{
"description": "Foundation work",
"id": "45262210",
"scheme": "CPV"
},
{
"description": "Structural steel erection work for buildings",
"id": "45262410",
"scheme": "CPV"
},
{
"description": "Deck-fabrication work",
"id": "45262423",
"scheme": "CPV"
},
{
"description": "Building alteration work",
"id": "45262700",
"scheme": "CPV"
},
{
"description": "Building extension work",
"id": "45262800",
"scheme": "CPV"
},
{
"description": "Electrical fitting work",
"id": "45311200",
"scheme": "CPV"
},
{
"description": "Lift installation work",
"id": "45313100",
"scheme": "CPV"
},
{
"description": "Ventilation and air-conditioning installation work",
"id": "45331200",
"scheme": "CPV"
},
{
"description": "Sanitary fixture installation work",
"id": "45332400",
"scheme": "CPV"
},
{
"description": "Mechanical engineering installation works",
"id": "45351000",
"scheme": "CPV"
},
{
"description": "Glazing work",
"id": "45441000",
"scheme": "CPV"
},
{
"description": "Facade work",
"id": "45443000",
"scheme": "CPV"
},
{
"description": "Decoration work",
"id": "45451000",
"scheme": "CPV"
},
{
"description": "Overhaul and refurbishment work",
"id": "45453000",
"scheme": "CPV"
},
{
"description": "Restructuring work",
"id": "45454000",
"scheme": "CPV"
},
{
"description": "Architectural services for buildings",
"id": "71221000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "The quality / cost ratio and weightings will be fully defined within the stage 2 ITT but will be on the basis of 20-40% weighted on quality and 60-80% weighted on cost. \nThe quality criteria will include for following high level thematic areas in no particular order of importance:\n\u2022\tTechnical Method\n\u2022\tRisk Management\n\u2022\tProgramme\n\u2022\tResources\nSubmitted stage 2 tenders will be assessed against the final detailed evaluation weighting and scoring criteria set out within the ITT, Quality Assessment Questions and Pricing Documents. The Council will develop the quality and cost criteria prior to finalisation at stage 2, introducing sub-criteria elements within the broad high level thematic areas as permitted for Competitive Flexible Procedure procurements under the Procurement Act 23.",
"name": "Quality",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "The quality / cost ratio and weightings will be fully defined within the stage 2 ITT but will be on the basis of 20-40% weighted on quality and 60-80% weighted on cost. \nThe cost criteria will include for the following high level thematic areas with the majority of the individual cost weightings allocated to lump sum price by %:\n\u2022\tFixed Lump Sum Price \n\u2022\tOH/P%\n\u2022\tRates\nSubmitted stage 2 tenders will be assessed against the final detailed evaluation weighting and scoring criteria set out within the ITT, Quality Assessment Questions and Pricing Documents. The Council will develop the quality and cost criteria prior to finalisation at stage 2, introducing sub-criteria elements within the broad high level thematic areas as permitted for Competitive Flexible Procedure procurements under the Procurement Act 23.",
"name": "Cost",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-11-30T23:59:59Z",
"startDate": "2026-09-04T00:00:00+01:00"
},
"id": "1",
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"description": "PART 1 - SUPPLIER INFORMATION \u0026 EXCLUSION GROUNDS\nTenderers must provide all information and submit Central Digital Platform (CDP) share code. Assessment in accordance with Procurement Act 23 requirements.\nPART 2 - ADDITIONAL EXCLUSION GROUNDS\nTenderers must provide all information and submit any associated persons CDP share code.\nTenderers must provide all information of any known intended subcontractors and submit their CDP share code if they are being relied on to meet any aspects of the stated Conditions of Participation.\nINSURANCE\nConfirmation of possession, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below:\n\u2022\t\u00a320M PL each \u0026 every claim\n\u2022\t\u00a320M EL each \u0026 every claim\n\u2022\t\u00a310M Professional Indemnity each \u0026 every claim\nFINANCIAL STANDING - BUSINESS RISK ASSESSMENT\nBusiness risk score calculated using Credit Safe financial ratios of 50 or above\nOr\nBetween 25 and 49 subject to provision of a guarantee, from either a parent company, consortium member or a financial guarantor, provision subject to the guarantor financial institution achieving a business risk assessment score of 50\nOr\nBetween 25 and 49 but no parent company or other form of guarantee can be provided; or where score of below 25; or where a Credit Safe score cannot be accurately obtained, satisfactory assessment by a suitably qualified \u0026 experienced finance professional of financial information provided against the following key factors: acid test, liquidity, retained profit, CCJ instances, bankruptcies, invoice payment performance \nFINANCIAL STANDING - TURNOVER\nLatest turnover figures must show \u00a350 million. \nOr\nTurnover of less than \u00a350M but satisfactory assessment by a suitably qualified \u0026 experienced finance professional of financial information, guarantees, working capital, etc. put forward as alternative means of demonstration.\n*If Tenderers are unable to meet the minimum turnover levels but feel that they are able to demonstrate alternative evidence of financial capacity they are instructed to submit this asap via request for clarification in order that the Council may consider the information and provide a decision that will be final.\nFINANCIAL STANDING - ABI BOND\nConfirmation that an ABI Bond of a value circa 10% of project value (Project value \u00a39m) can be obtained, providing the following details:\n\u2022\tLikely cost associated with obtaining Bond.\n\u2022\tThe bondsman that has been engaged.",
"type": "economic"
},
{
"description": "RELEVENT EXPERIENCE \u0026 CONTRACT EXAMPLES\nPass/Fail \u0026 Scored\n3 contract case studies relating to works completed, or are currently being delivered on site, within the past 5 years must be submitted using the Contract Case Study template and the Contract Case Study summary template provided as part of the associated procurement documents.\nMultiple case studies that apply to the same client organisation are permitted as long as each example relates to a discrete contract. The case studies will be assessed holistically and must demonstrate evidence of the following as minimum to pass:\n\u2022\tExperience of successfully delivering contracts as a Principal Contractor with significant design responsibilities / liabilities defined within the contract terms - e.g. JCT Design \u0026 Build, JCT Intermediate w/ (significant) Design. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 9).\n\u2022\tExperience of successfully delivering contracts as a Principal Contractor where the procurement process for appointment included for a traditional single stage lump sum competitive tender approach. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 10)\n\u2022\tExperience of successfully delivering contracts to a value within a range of \u00a35million - \u00a320million. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 6)\n\u2022\tExperience of undertaking construction in Central London or a similarly busy and constrained urban working environment. To be demonstrated on at least 1 of the contract case studies submitted, additional 2 points available if further contract case studies are provided. (priority tie break 7)\n\u2022\tExperience of successfully undertaking works at \u0027Constrained\u0027 Sites which may have limited access, lack of space onsite for material storage etc. To be demonstrated on at least 1 of the contract case studies submitted, additional 2 points available if further contract case studies are provided. (priority tie break 8)\nAdditional experience points will be applied for the following.\n\u2022\tExperience of successfully delivering a scheme that has been awarded a BREEAM rating of excellent on the project. 1 point per project (priority tie break 5)\n\u2022\tExperience of successfully working as a Principal Contractor on a scheme that is categorised as \u0027excellent\u0027 by Considerate Contractors. 1.5 points per project. (priority tie break 2)\n\u2022\tExperience of successfully managing construction projects where there is significant disruption to surrounding neighbours and members of the public. 1.5 points per project (priority tie break 1)\n\u2022\tExperience of successfully managing a construction project where the client has achieved a full pre-let of the building during delivery of the project which has required changes to scope, programme, pricing, etc. 1.5 points per project (priority tie break 3)\n\u2022\tExperience of successfully managing a project where an authorised person in the company or via an appointed sub-contractor has been the individual who acts as the Building Regulation Principal Designer. 1.5 points per project. (priority tie break 4)\nThere is a maximum of 28 points total. \nThe Council will take through a maximum of 4 shortlisted contractors to 2nd stage Invitation to Tender. \nWhere scores are tied with the result being that more than 4 contractors would be shortlisted the Council will consider which contractors have scored highest against particular case study experience elements by order of priority. Where a tied Contractor scores highest on the tie break experience element will be taken though over the other Contactor/s who scored less for this element but were tied on overall scores. \nIf this still results in more than 4 contractors being shortlisted the Council will review scores against the next priority tie break element and so forth until a shortlist of a maximum of 4 contractors is achieved. Further information on the tie break process is set out within the associated procurement documents.\nIn the event that following assessment there are less than 4 contractors who satisfy pass/fail conditions of participation the Council reserves the right to invite a lesser number of contractors to submit stage 2 tenders. \nContractors will be required to provide client details for each case study and confirm if the client may be approached to provide a reference using the Contract Case Study Reference form included within the associated procurement documents. \nWhere the Contractor cannot confidently confirm if the client will provide a reference upon request, or is aware that the client does not provide references as a matter of policy, the Contractor may still include for the case study but must provide alternative means of validation that could be provided upon request, such as confirmation of successful delivery by a consultant contract administrator, provision of certification \u0026 other technical evidence, validation by accreditation bodies such as BREEAM, Considerate Contractors, etc. \nThe Council may, at its discretion opt to validate case study information in respect of all 4 of the provisional shortlisted contractors prior to confirming its shortlisting decision through taking up client references or undertaking alternative means of validation for each case study. \nIn the event that a reference cannot be obtained, either at all or within 5 working days, where a contractor had previously confirmed that the client would be willing to provide a reference, the Contractor will be given the opportunity to put forward alternative means of validation instead. \nIn the event that the Council is not able to obtain a satisfactory client reference or undertake satisfactory alternative means of validation for a particular case study the score for the relevant case study will be marked as 0 and the case study will no longer apply to assessment of pass/fail experience requirements. This will be confirmed to the Contractor who will be given 2 working days to make any representations. \nWhere the impact on score and / or pass/fail requirements removes the contractor from the top 4 places the Council will take up references or undertake alternative means of case study validation for the contractor who now subsequently ranks 4th. \nHEALTH \u0026 SAFETY - POLICY\nPass / Fail \nConfirmation that the Contractor has a health \u0026 safety policy in place, which can be provided immediately up on request, that meets all legislative and relevant industry standards\nHEALTH \u0026 SAFETY - SSIP ACCREDITATION\nPass / Fail \nConfirmation that the Contractor holds current valid SSIP Approved Contractor (Any member scheme) accreditation.\nOr\nEvidence of equivalent accreditation, policy or established practices.\nHEALTH \u0026 SAFETY - CORPORATE ACCIDENT REPORTING POLICY / SYSTEM\nPass/Fail\nConfirmation that the Contactor has a policy in place, which can be provided immediately up on request, that meets all legislative and relevant industry standards.\nHEALTH \u0026 SAFETY - RIDDOR, HSE ENFORCEMENT \u0026 PROSECUTION AND HSE FFI\nPass/Fail\nThe number and type of RIDDOR accidents / HSE enforcement or prosecutions / HSE Fees for Interventions reported over the last 5 years is not considered high by a suitably qualified \u0026 experience health \u0026 safety professional in relation to the scale and scope of activities undertaken by the contractor.\nOr\nThe number and type of RIDDOR accidents / HSE enforcement or prosecutions / HSE Fees for Interventions reported over the last 5 years is considered high by a suitably qualified \u0026 experience health \u0026 safety professional in relation to the scale and scope of activities undertaken by the contractor but the contractor has provided evidence of action, policy, training, recruitment, recent track record, etc. which demonstrates structural sustained improvement.\nHEALTH \u0026 SAFETY - BRPD\nPass/Fail\nConfirmation of either have an authorised person/s within company (providing name, position \u0026 qualifications) or via an appointed sub-contractor (providing name \u0026 address of sub-contractor) who will be able to act as the Building Regulation Principal Designer for the Council\u0027s project.\nCONSIDERATE CONTRACTORS\nPass/Fail\nConfirmation of membership of the Considerate Contractor Scheme or equivalent.\nMODERN SLAVERY - SUPPLY CHAIN RISK MITIGATIONS\nPass/Fail\nConfirmation that the Contractor is a \u0027relevant commercial organisation\u0027 and has a statement, policy, etc. in place that is compliant with Section 54 of the Modern Slavery Act 215, that can be provided upon request. \nOr\nConfirmation that the Contractor is not a \u0027relevant commercial organisation\u0027 but still has a statement, policy, etc. in place that is compliant with Section 54 of the Modern Slavery Act 215, that can be provided upon request.\n*Relevant commercial organisations\u0027 are defined as commercial organisations that carry on a business or part of business in the UK, supply goods or services and have an annual turnover of \u00a336 million or more.",
"type": "technical"
},
{
"description": "RELEVENT EXPERIENCE \u0026 CONTRACT EXAMPLES\nPass/Fail \u0026 Scored\n3 contract case studies relating to works completed, or are currently being delivered on site, within the past 5 years must be submitted using the Contract Case Study template and the Contract Case Study summary template provided as part of the associated procurement documents.\nMultiple case studies that apply to the same client organisation are permitted as long as each example relates to a discrete contract. The case studies will be assessed holistically and must demonstrate evidence of the following as minimum to pass:\n\u2022\tExperience of successfully delivering contracts as a Principal Contractor with significant design responsibilities / liabilities defined within the contract terms - e.g. JCT Design \u0026 Build, JCT Intermediate w/ (significant) Design. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 9).\n\u2022\tExperience of successfully delivering contracts as a Principal Contractor where the procurement process for appointment included for a traditional single stage lump sum competitive tender approach. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 10)\n\u2022\tExperience of successfully delivering contracts to a value within a range of \u00a35million - \u00a320million. To be demonstrated on at least 2 of the contract case studies submitted, 1 additional point if a 3rd contract case study is provided. (priority tie break 6)\n\u2022\tExperience of undertaking construction in Central London or a similarly busy and constrained urban working environment. To be demonstrated on at least 1 of the contract case studies submitted, additional 2 points available if further contract case studies are provided. (priority tie break 7)\n\u2022\tExperience of successfully undertaking works at \u0027Constrained\u0027 Sites which may have limited access, lack of space onsite for material storage etc. To be demonstrated on at least 1 of the contract case studies submitted, additional 2 points available if further contract case studies are provided. (priority tie break 8)\nAdditional experience points will be applied for the following.\n\u2022\tExperience of successfully delivering a scheme that has been awarded a BREEAM rating of excellent on the project. 1 point per project (priority tie break 5)\n\u2022\tExperience of successfully working as a Principal Contractor on a scheme that is categorised as \u0027excellent\u0027 by Considerate Contractors. 1.5 points per project. (priority tie break 2)\n\u2022\tExperience of successfully managing construction projects where there is significant disruption to surrounding neighbours and members of the public. 1.5 points per project (priority tie break 1)\n\u2022\tExperience of successfully managing a construction project where the client has achieved a full pre-let of the building during delivery of the project which has required changes to scope, programme, pricing, etc. 1.5 points per project (priority tie break 3)\n\u2022\tExperience of successfully managing a project where an authorised person in the company or via an appointed sub-contractor has been the individual who acts as the Building Regulation Principal Designer. 1.5 points per project. (priority tie break 4)\nThere is a maximum of 28 points total. \nThe Council will take through a maximum of 4 shortlisted contractors to 2nd stage Invitation to Tender. \nWhere scores are tied with the result being that more than 4 contractors would be shortlisted the Council will consider which contractors have scored highest against particular case study experience elements by order of priority. Where a tied Contractor scores highest on the tie break experience element will be taken though over the other Contactor/s who scored less for this element but were tied on overall scores. \nIf this still results in more than 4 contractors being shortlisted the Council will review scores against the next priority tie break element and so forth until a shortlist of a maximum of 4 contractors is achieved. Further information on the tie break process is set out within the associated procurement documents.\nIn the event that following assessment there are less than 4 contractors who satisfy pass/fail conditions of participation the Council reserves the right to invite a lesser number of contractors to submit stage 2 tenders. \nContractors will be required to provide client details for each case study and confirm if the client may be approached to provide a reference using the Contract Case Study Reference form included within the associated procurement documents. \nWhere the Contractor cannot confidently confirm if the client will provide a reference upon request, or is aware that the client does not provide references as a matter of policy, the Contractor may still include for the case study but must provide alternative means of validation that could be provided upon request, such as confirmation of successful delivery by a consultant contract administrator, provision of certification \u0026 other technical evidence, validation by accreditation bodies such as BREEAM, Considerate Contractors, etc. \nThe Council may, at its discretion opt to validate case study information in respect of all 4 of the provisional shortlisted contractors prior to confirming its shortlisting decision through taking up client references or undertaking alternative means of validation for each case study. \nIn the event that a reference cannot be obtained, either at all or within 5 working days, where a contractor had previously confirmed that the client would be willing to provide a reference, the Contractor will be given the opportunity to put forward alternative means of validation instead. \nIn the event that the Council is not able to obtain a satisfactory client reference or undertake satisfactory alternative means of validation for a particular case study the score for the relevant case study will be marked as 0 and the case study will no longer apply to assessment of pass/fail experience requirements. This will be confirmed to the Contractor who will be given 2 working days to make any representations. \nWhere the impact on score and / or pass/fail requirements removes the contractor from the top 4 places the Council will take up references or undertake alternative means of case study validation for the contractor who now subsequently ranks 4th.",
"forReduction": true
}
]
},
"status": "active",
"value": {
"amount": 8900000,
"amountGross": 10680000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "The Council will undertake the procurement process to award the contract in line with the procurement procedure and programme outlined below which utilises the Competitive Flexible Procedure as defined within the Procurement Act 23. \n\u2022\tTender Notice \u0026 1st Stage CFP PSQ Documents issued - 19th December 2025 \n\u2022\tClarification deadline - 26th January 2026 @23:59 \n\u2022\t1st Stage CFP PSQ submission deadline - 6th February 2026 @12:00 \n\u2022\tShortlisting confirmation - 20th February 2026 \n\u2022\tECI input sought from shortlisted contractors - March - April 2026\n\u2022\t2nd stage CFP ITT issued - 27th May 2026 \n\u2022\t2nd stage CFP ITT clarification deadline - 29th June 2026 @23:59\n\u2022\t2nd stage CFP ITT submission deadline - 7th July 2026 @12:00\n\u2022\tIssue of Assessment Summaries - 17th August 2026\n\u2022\tIssue of Contract Award Notice - 17th August 2026\n\u2022\tStandstill begins - 18th August 2026 \n\u2022\tStandstill ends - 28th August 2026 \n\u2022\tContract award - 4th September 2026 \nThe Council will administrate this procurement process using it\u0027s e-sourcing solution In-tend which is accessible free of charge via: \nhttps://in-tendhost.co.uk/portsmouthcc/aspx/Home \nThe procurement process will comprise of an initial shortlisting and subsequent tendering stage, broadly aligned with the previous Restricted Procedure as defined within the now superseded Public Contracts Regulations 2015. \nHowever, in line with the requirements set out within and flexibilities allowed for under the Procurement Act 23 - which came into force on 24th February 2025 - the process includes for the following requirements / features: \n\u2022\tExpanded exclusion grounds and introduction of debarment list checks\n\u2022\tShortlisting at stage 1 PSQ to 4 contractors against published Conditions of Participation\n\u2022\tKPIs for performance notice publication requirements at key stages and in the event of significant poor performance\n\u2022\tRequirement to publish redacted contract within 90 days of execution\n\u2022\tRequirement for identification \u0026 publication of known risks\n\u2022\tRequirement to issue contract change notices as required\n\u2022\tRequirement to publish payment notices for all individual payments with a value equal to or above \u00a330k\n\u2022\tRequirement for contractors to report on payment to sub-contractors / supply chain within 30 days\n\u2022\tDevelopment and refinement of award criteria, contractual terms, KPIs, commercial strategy, etc. over the course of the procurement process \n\u2022\tSub-contractor vetting against PA23 exclusion grounds and project specific relevant conditions of participation for key packages \nFurther information in respect of the above requirements and features of the procurement procedure are set out within the associated procurement documents available via In-tend.\nAt stage 1 suppliers are required to register their details with the Central Digital Platform - if they have not already done so - and complete and return the Procurement Specific Questionnaire plus associated documentation. \nSuppliers must meet all pass/fail conditions of participation as detailed within the Tender Notice and Procurement Specific Questionnaire (PSQ) pertaining to:\n\u2022\tExclusion grounds\n\u2022\tSub-contractor information (where sub-contractors are being relied upon to meet conditions of participation)\n\u2022\tPossession of or ability to obtain required insurances - \u00a320M Public \u0026 Employees Liability each \u0026 very claim, \u00a310M Professional Indemnity each \u0026 very claim\n\u2022\tFinancial standing - satisfactory credit scores (or alternative means of demonstrating financial stability), turnover of \u00a350M (or provision of guarantees), ability to obtain ABI bond\n\u2022\tHealth \u0026 Safety - SSIP or equivalent accreditation, health \u0026 safety record\n\u2022\tBuilding Regulation Principal Designer - confirmation of either directly employed individual/s or via established sub-contracting arrangements\n\u2022\tConsiderate Contractors Scheme or equivalent accreditation\n\u2022\tModern Slavery - compliance with Section 54 requirements \n\u2022\tTechnical ability - case study experience (max of 3 case studies) from current or completed schemes from within the past 5 years showing evidence of:\n\u2022\tDelivery of contracts as a Principal Contractor with significant design responsibilities on at least 2 of the case studies\n\u2022\tDelivery of contracts let using single stage lump sum tendering procedures on at least 2 of the case studies\n\u2022\tUndertaking construction contracts with an individual value of between \u00a35M and \u00a320M on at least 2 of the case studies\n\u2022\tUndertaking construction in Central London or similar busy dynamic urban environments on at least 1 of the case studies\n\u2022\tUndertaking construction on highly constrained sites on at least 1 of the case studies\nSuppliers who are able to show higher levels of experience in relation to the above requirements across their submitted case studies and can also demonstrate additional levels of experience in relation to delivery of:\n\u2022\tBREEAM excellent schemes\n\u2022\tConsiderate Contractor Gold certified schemes\n\u2022\tDelivery of a scheme where a client achieves a full pre-let during construction\n\u2022\tDelivery of a project where an authorised person in the company or via an appointed sub-contractor has been the individual who acts as the Building Regulation Principal Designer\n\u2022\tManaging scheme delivery with significant disruption to neighbours / public \nwill be allocated additional points in line with the scoring criteria set out within the associated procurement documents.\nThe Council will take through a maximum of 4 shortlisted contractors to 2nd stage invitation to tender. \nWhere scores are tied with the result being that more than 4 contractors would be shortlisted, the Council will consider which contractors have scored highest against particular case study experience elements by order of priority, until a shortlist of a maximum of 4 contractors is achieved. \nContractors will be required to provide client details for each case study and confirm if the client may be approached to provide a reference. Where the Contractor cannot confidently confirm if the client will provide a reference upon request, or is aware that the client does not provide references as a matter of policy, the Contractor may still include for the case study but must provide alternative means of validation that could be provided upon request. \nThe Council may, at its discretion, validate case study information for all 4 of the provisional shortlisted contractors through taking up client references or undertaking alternative means of validation for each case study. \nIn the event that the Council is not able to obtain a satisfactory client reference or undertake satisfactory alternative validation, the score for the relevant case study will be marked as 0 and the case study will also no longer apply to assessment of pass/fail experience requirements. \nIn the event that following assessment there are less than 4 contractors who satisfy pass/fail conditions of participation the Council reserves the right to invite a lesser number of contractors to submit stage 2 tenders. \nThe Council will engage with the shortlisted contractors to gain Early Contractor Involvement (ECI) input into the development of RIBA stage 4 design, construction methodology, programming and cost reduction. All shortlisted suppliers will be treated fairly \u0026 equally in respect of the information shared, timescales \u0026 process for input, treatment of commercially sensitive information and consideration of recommendations. \nAt stage 2 the Council will issue detailed procurement documents, which will include for:\n\u2022\tDesign \u0026 Works Specifications\n\u2022\tSurveys \u0026 Technical Documents\n\u2022\tJCT Design \u0026 Build Contract 2024 Particulars \u0026 Amendments\n\u2022\tPricing documents\n\u2022\tInvitation to Tender (ITT) - detailing developed submission requirements \u0026 award criteria\n\u2022\tQuality Assessment Questions\n\u2022\tFinal KPIs \u0026 assessment methodology\nThe quality / cost ratio and weightings will be fully defined within the stage 2 ITT but will be on the basis of 20-40% weighted on quality and 60-80% weighted on cost. \nThe quality criteria will include for following high level thematic areas in no particular order of importance:\n\u2022\tTechnical Method\n\u2022\tRisk Management\n\u2022\tProgramme\n\u2022\tResources\nThe cost criteria will include for the following high level thematic areas with the majority of the individual cost weightings allocated to lump sum price by %:\n\u2022\tFixed Lump Sum Price \n\u2022\tOH/P%\n\u2022\tRates\nSubmitted stage 2 tenders will be assessed against the final detailed evaluation weighting and scoring criteria set out within the ITT, Quality Assessment Questions and Pricing Documents. \nThe Council will develop the quality and cost criteria prior to finalisation at stage 2, introducing sub-criteria elements within the broad high level thematic areas. \nFollowing evaluation, completion of any required \u0026 permitted post tender clarifications, identification of preferred bidder and gaining of required internal approvals the Council will issue Assessment Summaries to suppliers who submitted tenders, issue a Contract Award Notice via Find a Tender Service and observe an 8 working day standstill period as required under the Procurement Act 23. \nSubject to the Council not receiving any formal challenges from unsuccessful suppliers during the standstill period the Council will seek to promptly enter into contract with the preferred bidder and issue a Contract Details Notice within 90 days of contract execution. \nSuppliers should note that the Council is not including for post award negotiation of contractual terms within the design of its procurement procedure. Suppliers must therefore submit tenders which do not materially seek to alter the terms and conditions in their favour and must not seek to subsequently make such material amendments post award. \nThe Council will reserve the right to set aside tenderers and contract awards which include for material amendments to the terms in the favour of the supplier if such request for amendments are not rescinded upon request of the Council."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "The Council has identified the following known risk areas which could materialise over the course of the procurement process and delivery of the contract and may impact programme, cost and scope of the contract:\n\u2022\tDelays to gaining planning approval could impact upon the procurement programme, contract award date and works commencement dates\n\u2022\tDesign changes required to meet planning conditions could impact upon the procurement programme, contract award date and works commencement dates\n\u2022\tDesign changes required to meet planning conditions could impact upon the scope of design activities \u0026 works, contract value and construction programme\n\u2022\tParty wall, property title searches \u0026 rights complications could impact scope, programme and cost\n\u2022\tRestrictions on work activities in order to minimise disruption to neighbours and other stakeholder could impact programme \u0026 cost\n\u2022\tAchieving BREEAM excellent standards could impact scope \u0026 cost \n\u2022\tIdentification of asbestos containing materials during construction could impact scope, programme and cost\n\u2022\tIssues with existing building structure and foundations found during construction could impact scope, programme and cost\n\u2022\tNeed for increased energy supply identified during construction could impact scope, programme and cost\n\u2022\tIssues with existing lift shaft found during construction could impact scope, programme and cost\n\u2022\tIssues with water ingress \u0026 drainage found during construction could impact scope, programme and cost\n\u2022\tIssues with service connections found during construction could impact scope, programme and cost\n\u2022\tAdditional Building Regulations \u0026 Fire Engineering requirements could impact scope, programme and cost\nIn accordance with Schedule 8 of the Procurement Act 23, the Council reserves the right to modify the contract without initiating a new procurement procedure should any of these risks materialise during the delivery of the contract, subject to no particular resultant modification requirement exceeding 50% of the latest value of the contract, issue of a Contract Change Notice and publication of the modified redacted contract within 90 days of the modification. \nAny such modification will be limited to addressing the consequences of the known risk and will not alter the overall nature of the contract.",
"status": "active",
"submissionMethodDetails": "PROCUREMENT ADMINISTRATION - IN-TEND E-SOURCING SYSTEM\nThe Council will administrate this procurement process using it\u0027s e-sourcing solution In-tend which is accessible free of charge via: \nhttps://in-tendhost.co.uk/portsmouthcc/aspx/Home\nThe system will be used to administrate the procurement process, including for: \n\u2022\tAccess to and issue of procurement information \u0026 documentation\n\u2022\tPre-tender submission clarification requests and response\n\u2022\tTender submission\n\u2022\tTender opening \u0026 access to responses\n\u2022\tPost-tender submission clarification requests and response\n\u2022\tIssue of evaluation and award decision notifications\n\u2022\tPublication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements\nSuppliers who are not already registered on the In-tend system will need to register their details in order to access the procurement documentation, raise clarification requests and return tender submissions. \nCENTRAL DIGITAL PLATFORM\nIn advance of submitting applications suppliers are required to register on the Central Digital Platform, and upload and/or check that their core Supplier information on the Central Digital Platform relating to their company information, Mandatory and Discretionary Exclusions, Connected Persons, and economic and financial standing is all up to date and accurate at the point of submitting their application. Where relevant, Suppliers will also need to provide information concerning Associated Persons and intended Sub-contractors.\nGuidance on accessing the Central Digital Platform can be found here - Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK. \nASSOCIATED PROCUREMENT DOCUMENTS\nThe Council has issued the following documentation via its In-tend e-sourcing system:\n\u2022\tCFP Stage 1 PSQ Shortlisting - Project Information \u0026 Instructions to Applicants (this document)\n\u2022\tConditions of Tendering\n\u2022\tSupplier Guidance (In-tend guidance)\n\u2022\tAppendix 1 - CFP Stage 1 PSQ \n\u2022\tAppendix 2 - CFP Stage 1 PSQ - Contract Case Study Template\n\u2022\tAppendix 3 - CFP Stage 1 PSQ - Contract Case Study Summary Template\n\u2022\tAppendix 4 - CFP Stage 1 - Case Study Reference Template\n\u2022\tAppendix 5 - CFP Stage 1 - Case Study Assessment Worked Example \n\u2022\tAppendix 6 - Conflict of Interests Declaration - Avalon House \nTenderers should refer to the latest version of the Stage 1 CFP Project Info \u0026 Instructions for an up to date list of procurement documentation. All documents are accessible via In-tend. All documentation which will need to be completed and returned must be downloaded by Tenderers and completed offline. \nTenderers should carefully check that they have received the above procurement documents. Any omissions, inconsistencies or deficiencies must be reported immediately to the Council via In-tend correspondence. \nWhere further documentation is released or revisions are made to existing documents, the procurement documents on In-tend will be updated. All documentation will be version controlled and dated with revised documentation issued on a \u0027tracked change\u0027 basis with an accompanying summary of the changes made.\nPRE-SUBMISSION CLARIFCIATION REQUESTS\nAll queries or questions should be raised as soon as they arise but must be no later than the date set in the Procurement timetable section. They must be submitted via In-tend using the correspondence function. \nThe Council will consolidate all questions and responses into a Clarification Log which will be issued to all Suppliers via In-tend. Upon publication of the clarification log the In-tend system will issue an email alert to the email addresses of the users that the Supplier has registered against their In-tend account. Suppliers are advised to ensure that they set up multiple users on their accounts in case of absence and use company / department wide email inboxes.\nWhere a Supplier considers a clarification request to be commercially sensitive they must clearly state this position within their clarification request and provide a rationale.\nSTAGE 1 SUBMISSION REQUIREMENTS\nSuppliers should note that they are required to submit the following documents via In-tend:\n\u2022\tAppendix 1 - CFP Stage 1 PSQ \n\u2022\tAppendix 2 - CFP Stage 1 PSQ - Contract Case Study Template (1 per case study submitted)\n\u2022\tAppendix 3 - CFP Stage 1 PSQ - Contract Case Study Summary Template\n\u2022\tAppendix 6 - Conflict of Interests Declaration - Avalon House \nApplications must be submitted no later than the time and date detailed in the Procurement programme section. \nApplications must be submitted via In-tend in accordance with the requirements set out within the Conditions of Tendering document. \nThe council reserves the right to set aside any applications received after the return deadline and / or not submitted in accordance with the provisions set out within the Conditions of Tendering document.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "Avalon House Refurbishment \u0026 Extension Works - Scrutton Street, London",
"value": {
"amount": 8900000,
"amountGross": 10680000,
"currency": "GBP"
}
}
}