Construction Tenders

Tue May 07 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 9th May 2023

Tender Details
Referenceocds-h6vhtk-03c725
Common Procurement VocabularyConcrete work
Procurement MethodOpen procedure
Value£1,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 9th May 2023

Tender Details
Referenceocds-h6vhtk-03c725
Common Procurement VocabularyConcrete work
Procurement MethodOpen procedure
Value£1,000,000

Section I: Contracting authority

I.1) Name and addresses

Fenland District Council

Fenland Hall, County Road

March

PE15 8NQ

Contact

Mr Shaun Beales

Email

sbeales [at] fenland.gov.uk

Telephone

+44 1354622429

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.fenland.gov.uk/

Buyer's address

https://www.fenland.gov.uk/

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=673cd38a-58ee-ed11-8122-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=673cd38a-58ee-ed11-8122-005056b64545

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Concrete Repairs to Suspended Concrete Quay, Wisbech Port, Cambridgeshire

Reference number

DN669307

II.1.2) Main CPV code

  • 45262300 - Concrete work

II.1.3) Type of contract

Works

II.1.4) Short description

Background Information

Fenland District Council (FDC) is the competent Harbour Authority with ownership responsibilities for the Wisbech Port Commercial Estate, including the Reinforced Concrete Suspended Quay. The Suspended Quay consists of a reinforced concrete superstructure formed of longitudinal edge beams and a continuous deck slab spanning between transverse beams. Precast (PC) piles support the quay along transverse beams and roadside longitudinal beams.

The majority (typical section) of the quay is 10.9m wide and approximately 827m long, divided into nine sections with expansion joints at approximately 92m spacing.

The suspended quay incorporates three shipping berths, two of which are located at the Town Quay berth and are incorporated within the works area. The suspended quay is used by the Port of Wisbech to load and unload cargo from visiting vessels and for storage of goods in transit. The suspended quay forms an active part of an operational port and therefore consideration will need to be given to programming and co-ordinating the works and facilitating vehicle access past the works where possible with the minimum amount of disruption.

The Contractor shall determine if it is viable for one of the shipping berths to remain operational during the works without comprising the health & safety of their own or the port operator’s workforce, whilst not impacting on the Clients programme requirements. Co-ordinating and undertaking certain elements of the works during neap tide times when the port is less active will reduce both health & safety risk and disruption.

Following a recent detailed concrete condition survey being undertaken by Nicholls Colton, the Councils appointed structural engineers recommended that works to sections of the quay structure, highlighted as “Red – were to be undertaken within a two year period and by November 2023.

The proposed works:-

The works comprise of removing defective concrete areas, exposing and treating the existing steelwork and undertaking concrete repairs to both horizontal and vertical faces for approximately 203 No patches, (30.58m2) and 250 No cracks (1056Lm) on columns, beams and soffits of the suspended quay. It is also considered necessary to install sacrificial anodes for cathodic protection to the patch repairs

It is envisaged that the works to the underside of the commercial quay will need to be undertaken from the top side of the quay using a suitable mobile crane as used for underside of Bridge Deck inspection works between tides, as during the period of High Water access is unlikely.

All specialist contractors must be members of the Concrete Repair Association (CRA), and be conversant with and work to the concrete repair standard covered in BS EN1504.

II.1.5) Estimated total value

Value excluding VAT: £1,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45262310 - Reinforced-concrete work
  • 45262330 - Concrete repair work
  • 45262370 - Concrete-coating work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Wisbech, Cambridgeshire.

II.2.4) Description of the procurement

Background Information

Fenland District Council (FDC) is the competent Harbour Authority with ownership responsibilities for the Wisbech Port Commercial Estate, including the Reinforced Concrete Suspended Quay. The Suspended Quay consists of a reinforced concrete superstructure formed of longitudinal edge beams and a continuous deck slab spanning between transverse beams. Precast (PC) piles support the quay along transverse beams and roadside longitudinal beams.

The majority (typical section) of the quay is 10.9m wide and approximately 827m long, divided into nine sections with expansion joints at approximately 92m spacing.

The suspended quay incorporates three shipping berths, two of which are located at the Town Quay berth and are incorporated within the works area. The suspended quay is used by the Port of Wisbech to load and unload cargo from visiting vessels and for storage of goods in transit. The suspended quay forms an active part of an operational port and therefore consideration will need to be given to programming and co-ordinating the works and facilitating vehicle access past the works where possible with the minimum amount of disruption.

The Contractor shall determine if it is viable for one of the shipping berths to remain operational during the works without comprising the health & safety of their own or the port operator’s workforce, whilst not impacting on the Clients programme requirements. Co-ordinating and undertaking certain elements of the works during neap tide times when the port is less active will reduce both health & safety risk and disruption.

Following a recent detailed concrete condition survey being undertaken by Nicholls Colton, the Councils appointed structural engineers recommended that works to sections of the quay structure, highlighted as “Red – were to be undertaken within a two year period and by November 2023.

The proposed works:-

The works comprise of removing defective concrete areas, exposing and treating the existing steelwork and undertaking concrete repairs to both horizontal and vertical faces for approximately 203 No patches, (30.58m2) and 250 No cracks (1056Lm) on columns, beams and soffits of the suspended quay. It is also considered necessary to install sacrificial anodes for cathodic protection to the patch repairs

It is envisaged that the works to the underside of the commercial quay will need to be undertaken from the top side of the quay using a suitable mobile crane as used for underside of Bridge Deck inspection works between tides, as during the period of High Water access is unlikely.

All specialist contractors must be members of the Concrete Repair Association (CRA), and be conversant with and work to the concrete repair standard covered in BS EN1504.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

4

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

Open procedure

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

6 June 2023

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

6 June 2023

Local time

12:00pm


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

Public Procurement Review Service

London

Country

United Kingdom