II.2.2) Additional CPV code(s)
45111250
II.2.3) Place of performance
NUTS code:
UKL1
Main site or place of performance:
Pembroke Dock, Pembrokeshire
II.2.4) Description of the procurement
The western slipway (SW 1) comprises a series of concrete slabs that run down to the quay wall. The slipway is currently used in combination with a mobile boat lift.Two pairs of concrete beams are present on the eastern slipway (SW 2). Steel rails are set on the western set of beams and are occasionally used to move vessels to and from the estuary via a winch.
As part of the port masterplan for Pembroke Port, MHPA proposes to construct a new, wider slipway in the location currently occupied by Slipways 1 and 2 and the quay between them and the winch house located at the top of the slipway. The eastern set of beams are in significant disrepair
and are incomplete over the lower length of the slipway. Both sets of beams runnorth,
beyond the existing quay wall by between 5 and 10 metres.
The quay walls consist of masonry (limestone blocks topped with a granite cope) often with concrete facing.
The whole of the slipways and surrounding quay walls are Grade II listed structures.
The middle pier between SW 1 and SW 2 sits at around 6m
OD and is covered by concrete slabs. The eastern side of SW 2 is similarly covered by concrete slabs. A car park, a building of unknown use,and an electrical sub-station are located along the western flank of SW 1.
Exploratory holes on land will need to be broken out using power tools. It is not envisaged that
diamond coring will be required to penetrate the concrete or granite prior to commencement of
boreholes.
The currently proposed slipway will be approximately 67m wide and approximately 180m long,
extending around 40m beyond the existing quay wall. The end of the slipway will terminate at −7.98mOD. This will require the level of the existing
slipways to be lowered to achieve the desired
gradient. The middle pier will also be removed as part of the work. It is intended that the material
removed during the slipway construction be placed in a disused pond about 200m south of the site,
within the port area.
The existing walls of the slipway will need to be maintained and therefore options will need to be
considered to allow lowering of the slipway level whilst maintaining the existing flank walls.
Beyond the end of the existing quay wall the slipway will require excavation into the sediment/rock to
reach the design level. Knowledge of the level of the top of rock and properties of the overlying
material are currently insufficient to enable a suitable solution to be designed. It is currently unclear
whether retaining structures will be needed at the edges of the slipway in the offshore area due to the
uncertainty of the ground conditions.
In addition, the existing Carr Jetty (also Grade II listed) is located approximately 15m from the proposed edge of
the slipway in the offshore area. The founding material and level of Carr Jetty are unknown.
Previous site investigations have been carried out in the area, including overwater boreholes, shallow
land boreholes and window sample holes, and an overwater geophysical survey.
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience of undertaking Ground Investigation work both on land and within the Marine Environment within the last 3 years.
/ Weighting: 25
Quality criterion: Methodology considerations for executing the Investigations within the timescales and programme in compliance with the requirements
/ Weighting: 25
Quality criterion: main Health and Safety considerations for this project and detail the arrangements for Health and Safety to demonstrate competence with the CDM Regulations 2015
/ Weighting: 20
Quality criterion: Innovative techniques which could be adopted for this project
/ Weighting: 10
Quality criterion: Details of the Management, Supervision, Investigation Team, including any sub-contractors, and include relevant CVs
/ Weighting: 20
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 3
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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:
Yes