91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 1

Status Active

Published 20th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e584
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£16,000,000
« Previous Page

South East

Category Works

Type

No. of Lots 1

Status Active

Published 20th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e584
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£16,000,000

Section I: Contracting authority

I.1) Name and addresses

VIVID

Peninsular House, Wharf Road

Portsmouth

PO2 8HB

Contact

Mr Steve Phipps

Email

steve.phipps [at] vividhomes.co.uk

Telephone

+44 2392505792

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

VIVID - Development of site at Chapel Hill (Brown Shed)

Reference number

DN759224

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Subject to planning it is VIVID’s intention to enter into a Pre-Construction Services Agreement (PCSA) to work collaboratively with a Contractor who will manage the progression of design and costings through Open Book techniques for the residential development at Chapel Hill, Basingstoke with the intention of entering into a fixed price design and build Contract. The discharging of pre-start planning conditions will be a service under the PCSA with the option to progress design to RIBA Stage 5 to enable a site start immediately at the end of the PCSA period.

It is anticipated that the PCSA could run from Q3 2025 to approximately Q4 2025 / Q1 2026.

The design and build Contract is optional for VIVID subject to viability and demonstrating Value for Money (VFM).

The contractor will be managing and coordinating the design process on behalf of VIVID in accordance with the Employers Requirements and as further described within this SQ / ITT.

The Project

The Works comprise the design and construction of 73 new residential units together with associated hard and soft landscaping works, including all soft landscaping and maintenance as required by the Local Authority, together with all other necessary infrastructure works and off-site works required to complete the development.

The existing buildings occupying the site are to be demolished with foundations and drainage removed.

The Contractor is to negotiate and enter into (or where this must be by the landowner, the Contractor is to indemnify VIVID under all terms in) any BAPA / APA necessary for the works to be undertaken.

The Contractors’ attention is drawn to the site constraints including but not limited to existing buildings occupying the site, ecology, archaeology, contamination, adjoining properties, businesses and roads, main line railway and external noise sources.

The Contractors’ attention is drawn to the fact that Network Rail require 24/7 access through the site to access the railway line. This must be maintained throughout the construction works.

II.1.5) Estimated total value

Value excluding VAT: £16,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

II.2.4) Description of the procurement

Subject to planning it is VIVID’s intention to enter into a Pre-Construction Services Agreement (PCSA) to work collaboratively with a Contractor who will manage the progression of design and costings through Open Book techniques for the residential development at Chapel Hill, Basingstoke with the intention of entering into a fixed price design and build Contract. The discharging of pre-start planning conditions will be a service under the PCSA with the option to progress design to RIBA Stage 5 to enable a site start immediately at the end of the PCSA period.

It is anticipated that the PCSA could run from Q3 2025 to approximately Q4 2025 / Q1 2026.

The design and build Contract is optional for VIVID subject to viability and demonstrating Value for Money (VFM).

The contractor will be managing and coordinating the design process on behalf of VIVID in accordance with the Employers Requirements and as further described within this SQ / ITT.

The Project

The Works comprise the design and construction of 73 new residential units together with associated hard and soft landscaping works, including all soft landscaping and maintenance as required by the Local Authority, together with all other necessary infrastructure works and off-site works required to complete the development.

The existing buildings occupying the site are to be demolished with foundations and drainage removed.

The Contractor is to negotiate and enter into (or where this must be by the landowner, the Contractor is to indemnify VIVID under all terms in) any BAPA / APA necessary for the works to be undertaken.

The Contractors’ attention is drawn to the site constraints including but not limited to existing buildings occupying the site, ecology, archaeology, contamination, adjoining properties, businesses and roads, main line railway and external noise sources.

The Contractors’ attention is drawn to the fact that Network Rail require 24/7 access through the site to access the railway line. This must be maintained throughout the construction works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

The procurement involves the setting up of a dynamic purchasing system

In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.6) Information about electronic auction

An electronic auction will be used

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

28 March 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 February 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

VIVID will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

Country

United Kingdom