Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Slipway Ground Investigation

  • First published: 13 December 2019
  • Last modified: 13 December 2019

Contents

Summary

OCID:
ocds-kuma6s-098109
Published by:
Milford Haven Port Authority
Authority ID:
AA1129
Publication date:
13 December 2019
Deadline date:
22 January 2020
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The site is located in the small town of Pembroke Dock,in west Wales, about 4km north west of Pembroke. The area to be investigated is part of Pembroke Port, and is located just east of Carr Jetty, approximately 1.3 km west of Pembroke Dock railway station. The area to be investigated is comprised by two slipways (Slipways 1 and 2) , surrounding quay walls, the intertidal zone immediately north of the slipways and adjacent to Carr Jetty, and the seabed north of this. CPV: 45111250, 45111250.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

UK

Telephone: +44 1646696100

E-mail: caroline.thomas@mhpa.co.uk

NUTS: UKL

Internet address(es)

Main address: www.mhpa.co.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1129

I.3) Communication

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

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Trust Port

I.5) Main activity

Other: Pilotage and Marine Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Slipway Ground Investigation

II.1.2) Main CPV code

45111250

 

II.1.3) Type of contract

Works

II.1.4) Short description

The site is located in the small town of Pembroke Dock,in west Wales, about 4km north west of Pembroke. The area to be investigated is

part of Pembroke Port, and is located just east of Carr Jetty, approximately 1.3 km west of Pembroke Dock railway station. The area to be investigated is comprised by two slipways

(Slipways 1 and 2)

, surrounding quay walls,

the intertidal zone

immediately north of the slipways and adjacent to Carr Jetty, and the seabed north

of this.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 22/01/2020

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21/05/2020

IV.2.7) Conditions for opening of tenders

Date: 23/01/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=98109.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

MHPA recognises Community Benefits as initiatives and practices which drive the creation of employment and training opportunities including apprenticeships, support for local and Welsh-based small and medium sized enterprises and the delivery of community, educational and environmental initiatives.

(WA Ref:98109)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Milford Haven Port Authority

Gorsewood Drive, Milford Haven

Pembrokeshire

SA73 3ER

UK

Telephone: +44 1646696100

Internet address(es)

URL: www.mhpa.co.uk

VI.5) Date of dispatch of this notice

11/12/2019

Coding

Commodity categories

ID Title Parent category
45111250 Ground investigation work Demolition, site preparation and clearance work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
13 December 2019
Deadline date:
22 January 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Milford Haven Port Authority
Publication date:
15 June 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Milford Haven Port Authority

About the buyer

Main contact:
caroline.thomas@mhpa.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx130.68 KB
This file may not be accessible.
docx
docx166.44 KB
This file may not be accessible.
docx
docx40.70 KB
This file may not be accessible.
pdf
pdf1.68 MB
This file may not be accessible.
pdf
pdf1.13 MB
This file may not be accessible.
docx
docx24.44 KB
This file may not be accessible.
xlsx
xlsx173.82 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.