Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

East Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 15th Nov 2023

Tender Details
Referenceocds-h6vhtk-040306
Common Procurement VocabularyBridge construction work
Procurement MethodOpen procedure
Value£1,200,000
More Tenders »

East Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 15th Nov 2023

Tender Details
Referenceocds-h6vhtk-040306
Common Procurement VocabularyBridge construction work
Procurement MethodOpen procedure
Value£1,200,000

Section I: Contracting authority

I.1) Name and addresses

Chesterfield Canal Trust Ltd

22, Works Road, Hollingwood

CHESTERFIELD

S43 2PF

Contact

Jon Lindley

Email

j.lindley [at] chesterfield-canal-trust.org.uk

Telephone

+44 7891624755

Country

United Kingdom

NUTS code

UKF12 - East Derbyshire

Companies House

03403203

Internet address(es)

Main address

https://chesterfield-canal-trust.org.uk/restoration/tender-and-job-opportunities/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://chesterfield-canal-trust.org.uk/restoration/tender-and-job-opportunities/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://chesterfield-canal-trust.org.uk/restoration/tender-and-job-opportunities/

I.4) Type of the contracting authority

Other type

Charity

I.5) Main activity

Other activity

Economic & Social Regeneration through Canal Restoration


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Chesterfield Canal Trust - Enabling Works & TPT Bridge

Reference number

TF-ITT-016

II.1.2) Main CPV code

  • 45221110 - Bridge construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This Enabling Works Package is required to create safe access onto site and to divert the public to facilitate the future restoration of the canal.

In summary this will include a new site entrance, site compound creation, site levelling, construction of a bridleway bridge (TPT Bridge), creation and diversion of Public Rights of Way (PROW) and the application for, obtaining of and compliance with all required permits and permissions to the extent detailed in the Scope.

II.1.5) Estimated total value

Value excluding VAT: £1,200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44212120 - Structures of bridges
  • 45100000 - Site preparation work
  • 45233125 - Road junction construction work
  • 45233161 - Footpath construction work

II.2.3) Place of performance

NUTS codes
  • UKF12 - East Derbyshire
Main site or place of performance

Staveley, Derbyshire

II.2.4) Description of the procurement

An overview of the works is listed below. The full Scope, including technical specification and drawings, is included in the Contract which can be found in full ITT document.

Planning Conditions and Permits

• Provide all necessary information for the discharge of two pre-commencement planning conditions

• Application for the temporary closure and diversion of PROW

• Application for a Coal Authority Permit

• Contractor input for a Network Rail Permit

• Application for the S278 Works Permit

Scope of Works

• Security of the site area to protect the public

• Forming of a secure compound area and the provision of welfare facilities

• Removal of tree roots and surface vegetation as identified

• Tree protection as identified

• Construction of the new S278 highway entrance

• Excavation and reprofiling to design formation levels adjacent to the TPT Bridge

• Strip existing topsoil, store and replace on reprofiled areas as identified

• Testing of materials as required by the remediation strategy

• Stockpiling on site of suitable excavated material

• Disposal off site of any materials deemed unsuitable

• Design and installation of a suitable and sufficient access road and hardstanding area to facilitate the installation of the TPT Bridge

• Liaison with utility providers to agree protection measures for construction traffic within the enabling works.

PROW

• Construction of new temporary PROW through Network Rail land

• Secure fencing to existing PROW which runs across the previously completed canal to the southern extremity of the proposed TPT bridge

• Provide a secure and suitable crossing point over the above PROW

• Realignment of existing footpaths and construction of new paths to link through to the new TPT Bridge - including management of the PROW's and protection of the public

• Installation of new fingerboard signage for pedestrian routes

TPT Bridge

• Design of temporary piling platform (if required)

• Excavation to formation, piling and construction of bridge foundations

• Construction of abutment walls

• Fabrication, delivery, assembly and installation of TPT Bridge

• Surfacing and drainage to TPT Bridge and footpath approaches

CDM

• Fulfilment of the Principal Contractor role as defined under CDM Regulations 2015

• Fulfilment of the Principal Designer role as defined under CDM Regulations 2015

The procurement process is set out in the ITT, but will broadly consist of a single stage submission followed by an interview.

Submissions will be scored in accordance with the Selection Process contained in Section 3 of the ITT.

The tender documents are available from Jon Lindley. His contact details are:

Email: j.lindley [at] chesterfield-canal-trust.org.uk

Mobile: 07891624755

Site Visit

It is highly recommended that you conduct a site visit during preparation of your submission.

The Client will be hosting a site visit on 27 or 28 November 2023. This is an opportunity for all Contractors who have confirmed their intention to bid to attend site with the Client.

Upon receipt of the ITT please advise if you wish to attend the Client hosted site visit and any restriction on your availability for the given dates.

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

Start date

29 January 2024

End date

28 August 2024

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Submissions will be scored in accordance with the Selection Process contained in Section 3 of the ITT.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-028043

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

Date

22 December 2023

Local time

1:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

22 December 2023

Local time

2:00pm


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

Chesterfield Borough Council

Chesterfield

Country

United Kingdom