Construction Contract Leads
South East
Category Works
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e584 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted procedure |
Value | £16,000,000 |
South East
Category Works
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e584 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Restricted 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
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