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.

Contract Notice

V2 Accommodation fit-out Coal Building Saundersfoot Harbour

  • First published: 03 December 2021
  • Last modified: 03 December 2021

Contents

Summary

OCID:
ocds-kuma6s-116447
Published by:
Saundersfoot Harbour
Authority ID:
AA36745
Publication date:
03 December 2021
Deadline date:
27 January 2022
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Trust Port of Saundersfoot has over the past 6 years undertaken an ambitious redevelopment scheme of its harbour to develop the Wales International Coastal Centre facilities which has made use of redundant areas of land adjacent to the harbour which were falling into neglect and disrepair. All 4 of its new facilities are now nearing completion with only the Coastal Schooner and redeveloped Coal Building remaining, with an expected completion date of Mid November, this year. The new developments will establish a tourism hub for Pembrokeshire for water-based activities, capitalising on the sheltered and shallow and clean waters of Carmarthen Bay, and will also support the Trust Port’s wider strategic maritime tourism strategy, which will form part of extensive leisure and tourism experience that maximises the geographical layout of the harbour establishing a multi-centre experience catering for a wide variety of needs and interests. It is expected that these new facility’s will greatly benefit the existing visitors experience as well as to attract new tourism sectors to the region who wish to participate in active leisure activities, as well as families engaging with the coastline heritage through experiential displays such as will be on offer at the Harbours interpretation centre experience within three of its facilities Accommodation: - The new accommodation proposed at the redeveloped Coal Building will complement the 10 current accommodation units that the Trust Port operates at the Marine Centre of Excellence which offers flexible family style accommodation and Ensuite facilities The Trust Port is therefore inviting tenders to undertake the completion of its 14 proposed new accommodation rooms and corridors on floor 1 and 2 (from a shell and core base) to a position of full completion (furniture /beds and beading are excluded) as detailed in the M&E attached documents as well as floor ceiling and wall finishes / complete fit-out for Ensuite bathrooms / doors /heating / Coms / power with Salto card door locks on all doors and internal CCTV, both systems to be compatible to Trust Ports existing systems within the MCOE.

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Trust Port of Saundersfoot

CEO, The Harbour Office, The Harbour,

Saundersfoot

SA69 9HE

UK

Michael Davies

+44 1834383100

mdavies@saundersfootharbour.co.uk

www.saundersfootharbour.co.uk
www.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Trust Port of Saundersfoot

CEO, Saundersfoot Harbour Office, The Harbour ,

Saundersfoot

SA69 9HE

UK

Michael Davies

+44 1834383100

mdavies@saundersfootharbour.co.uk

www.saundersfootharbour.co.uk

1.3

Completed documents must be returned to:


Trust Port of Saundersfoot

CEO, Saundersfoot Harbour Office, The Harbour,

Saundersfoot

SA69 9HE

UK

Michael Davies

+44 1834812094

mdavies@saundersfootharbour.co.uk

www.saundersfootharbour.co.uk

2 Contract Details

2.1

Title

V2 Accommodation fit-out Coal Building Saundersfoot Harbour

2.2

Description of the goods or services required

The Trust Port of Saundersfoot has over the past 6 years undertaken an ambitious redevelopment scheme of its harbour to develop the Wales International Coastal Centre facilities which has made use of redundant areas of land adjacent to the harbour which were falling into neglect and disrepair.

All 4 of its new facilities are now nearing completion with only the Coastal Schooner and redeveloped Coal Building remaining, with an expected completion date of Mid November, this year.

The new developments will establish a tourism hub for Pembrokeshire for water-based activities, capitalising on the sheltered and shallow and clean waters of Carmarthen Bay, and will also support the Trust Port’s wider strategic maritime tourism strategy, which will form part of extensive leisure and tourism experience that maximises the geographical layout of the harbour establishing a multi-centre experience catering for a wide variety of needs and interests.

It is expected that these new facility’s will greatly benefit the existing visitors experience as well as to attract new tourism sectors to the region who wish to participate in active leisure activities, as well as families engaging with the coastline heritage through experiential displays such as will be on offer at the Harbours interpretation centre experience within three of its facilities

Accommodation: -

The new accommodation proposed at the redeveloped Coal Building will complement the 10 current accommodation units that the Trust Port operates at the Marine Centre of Excellence which offers flexible family style accommodation and Ensuite facilities

The Trust Port is therefore inviting tenders to undertake the completion of its 14 proposed new accommodation rooms and corridors on floor 1 and 2 (from a shell and core base) to a position of full completion (furniture /beds and beading are excluded) as detailed in the M&E attached documents as well as floor ceiling and wall finishes / complete fit-out for Ensuite bathrooms / doors /heating / Coms / power with Salto card door locks on all doors and internal CCTV, both systems to be compatible to Trust Ports existing systems within the MCOE.

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=116447.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2.3

Notice Coding and Classification

45000000 Construction work
45300000 Building installation work
45400000 Building completion work
45410000 Plastering work
45420000 Joinery and carpentry installation work
45430000 Floor and wall covering work
45450000 Other building completion work
51000000 Installation services (except software)
55000000 Hotel, restaurant and retail trade services
71500000 Construction-related services
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

2.4

Total quantity or scope of tender

Invitation to tender: - (Suitable for consortia tender)

Tenders are invited for the accommodation fitout at the newly refurbished and extended Coal Building at Saundersfoot Harbour Pembrokeshire.

The work comprises of fitting out two floors (first and second floor) of the Coal Building to incorporate 14 accommodation units that offer a family room with varying floor configurations as well as 3 storerooms (inclusive of 211 & 212 as one, no toilet required seep floor layout plans) and connecting corridors (not including stairs and landing area)

Tenders should be aware that the ground floor will be in public use, however there is a dedicated access to the accommodation units to the side of the coal building adjacent to the plaza, however on entering the building contractor are advised to ensure that public and Harbour team are not impeded in accessing the plaza and associated commercial units.

Both floors are currently completed to a standard of shell and core with power supply boards fitted on both floors (as well as coms lines) with foul drainage pipes drawn up through the first floor however not through to second floor and water to be drawn up via supply on ground floor

Please see additional photos and plans, however it is advised that all prospective tenders should attend site prior to submitting please contact Michael Davies mdavies@saundersfootharbour.co.uk

Tel 01834 383100

Please note: -

1. That the Trust Port would like all tenders to consider both floors independently in cost submissions (subject to some M&E services installation for cost benefit), therefore allowing the awarded to be phased or tender to be reduced with priority given to first floor if this condition was to be implemented by the Trust Port.

2. The plans for each floor and M&E are listed in the additional information, however the Trust Port would like to draw the tender’s attention to the first-floor plan in which the accommodation partitions in room 117 and corridor adjacent ID 114 does differ from the M&E document therefore consideration in the tenders should reflect this amendment.

The Tender awarded: -

The tender price will be considered in conjunction with the technical, quality, and commercial assessments to determine the offer that represents the most economically advantageous tender. In addition to price (financial assessment), the Trust Port will also consider ‘quality’ issues (quality assessment), ascertained from relevant information supplied by the tenders, as part of the tender evaluation.

50% on price

50% on quality which will comprise: -

1. Materials

2. Completion date proposed

3. Level of detail of the tender and division of cost per floor

4. Incorporate design serves that can enhance the current layout

5. Provide examples of two similar projects delivered within the last 5 years

6. Outline Specification Criteria A – E as below

Outline Specifications of Contract A – E

A) Internal Fabric

1. General Internal Joinery Internal skirting / architraves to be painted softwood. To be countersunk screw fixed and pelleted to walls or frames. All internal joinery to doors and windows will have a 5m chamfer to exposed edges.

2. Cill Boards Internal cill boards to be 25mm planed and decorated softwood timber or MDF.

3. Internal Doors 18.3.1 Fire All doors shall be high performance door sets of suitable fire rating and will be fully certified in accordance with BS476 part 22 1987. Certificates showing compliance with this standard must be submitted to the main contractor and the architect prior to manufacture along with confirmation that the ironmongery selected by the client does not compromise the validity of the fire certificate. Ensure that all ironmongery is coated with the appropriate intumescent compound prior to housing in the door or frame. Include for intumescent smoke seals/ brushes to be fitted to all door sets where required.

4. Acoustics All doors to achieve ratings suitable for wall/screen requirements.

5. Internal Ironmongery-. All lock casings to be factory fitted prior to delivery to site. Project. All doors must to be fitted with ALUMAX integral anti finger trap hinge system by Safehinge Ltd or similar as already fitted at the MCOE

6. Access Control to Bedrooms and corridors door for card reader (Salto system) as fitted at the MCOE

7. Statutory Signage as required by Building Regulation, Fire Officer and Health and Safety (Safety Signs & Signals) regulations 1996 as required. Appropriate signage to be fitted to all fire doors as required. Sufficient fire exit signage should be provided within all areas of the building to indicate intermediate routes and final exit doors for means of escape. An emergency action notice is to be provided and located adjacent to all fire alarm call points with a common notice used throughout the premises. All signs must comply with the Health and Safety (Safety Signs & Signals) regulations and should a pictogram as art of their design feature where appropriate and identified in bilingual text (English and Welsh).

8. Internal Signage Internal bi-lingual signage is to be provided to each room.

9. Sanitary fittings ‘Pod’ style facilities to be agreed by Trust Port to be provided in each bedroom. Disabled WC’s to be Part M Pack. WC’s/pre-plumbed panels by Bush board Washroom Systems or equivalent.

10. Internal drainage to comply with Building Regulation requirements. Internal wash-down gullies to be provided in all toilet and hygiene areas.

11. FFE Furniture / beads by Trust Port

12. Internal Finishes - Wall finished to 1. Painted blockwork 2. Painted plasterboard 3. Tiling

13. Floor Finishes Floor finishes to be of the following: 1. Carpet Tiles / carpet to be agreed 2. Vinyl, Robust & suitable for wet areas 3. Barrier matting 4.

14. Wall Finishes All finishes shall be suitable for purpose

15. Ceiling Finishes Ceiling finishes to be of the following: 1. Lay in grid 2. Painted soffit 3. formed ceiling on floor 2 to make use of roof space

16. The contractor is responsible for submitting to PCC building regs and aching approval on all works undertaken

B) Sustainable Sourcing

All timber and composite timber products used in structural and non-structural elements are to be obtained from sustainable managed sources. Similarly, all temporary timber used on site during construction is to be obtained from a managed and sustainable source. Where possible timber should be re-used or recycled.

C) Cost breakdown; - for each floor should include: -

1. Structures: -

1) Internal Doors

2) Internal Walls & Partitions

2. Internal Finishes: -

1) Wall Finishes

2) Floor Finishes

3) Ceiling Finishes

3. Mechanical & Electrical: -

1) Sanitary Appliances

2) Services Equipment

3) Water Installations

4) Heat Source

5) Ventilation Systems

6) Electrical Installations

7) Gas and other fuel installations

8) Fire and lightning protection

9) Communication, security, and control systems

10) Specialist installations

11) B.W.I.C Services

12) CCTV

13) Salto door systems

14) Testing and commissioning of services

15) Lighting

Please note that the cost detailed above can be extended to include other material and works to clarify value and detail.

D) Fire Strategy

The requirements of the local Fire Safety Officer and Building Control Officer will be incorporated in respect of means of escape (achieved), internal spread of flame both linings and structure, external fire spread, access and facilities for the fire service, partitions between units, fire exit doors and fittings and all associated signs and notices as required by the Building Regulations. In addition to fully complying with the Building Regulations and Fire Officer’s requirements the Contractor will:

1. Ensure where required all cavities / gaps are adequately fire stopped to ensure integrity of the compartment.

2. Fire stop / and fully infill all service penetrations through the structure – floor and walls.

3. All insulation used in the building is to be LPCB approved.

4. Trust Port existing fire alarm systems as fitted on both floors to be extended by contractor and fitted within each of the accommodation rooms in according to building regs requirement.

E) Insurance and Public Liability

It will be the responsibility of the contractor (successful Tenderer) to ensure that they carry sufficient public liability insurance (£10,000,000) and will be responsible for any damage to the works area or adjacent areas of the building and infrastructure, for the entire duration of the fitout (inclusive of evening & weekends), equally the contractor will indemnify all works for a period of one year to ensure any substandard work / material failure is rectified within an agreed period between both contractor and Trust Port with a view to limit loss of revenue to the Trust Port at all times.

3 Conditions for Participation

3.1

Minimum standards and qualification required

Provide examples of Two similar projects delivered within the last 5 years exceeding £100,000

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    27-01-2022  Time  14:00

Estimated award date
 31-01-2022

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

(WA Ref:116447)

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

1. Overview
2. Invitation to Tender
3-PROP~1
4-PROP~1
5- PROPOSED GROUND FLOOR PLAN
6-COAL~1
7 - COAL HOUSE SOUTH ELEVATIONS
8 - COAL HOUSE NORTH ELEVATIONS
9- COAL HOUSE AND PLASA SITE PLAN
10-PRE~1
11-PRO~1
12-PRO~1
13-PRO~1
14-PRO~1
15-PRE~1
16-PRE~1
17-PRE~1
18-PRE~1
19-PRO~1
20-PRO~1
21-PRO~1
22-SHE~1
23-SHE~1
Contents reference page

5.3

Publication date of this notice

 03-12-2021

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
71500000 Construction-related services Architectural, construction, engineering and inspection services
45430000 Floor and wall covering work Building completion work
55000000 Hotel, restaurant and retail trade services Other Services
51000000 Installation services (except software) Other Services
45420000 Joinery and carpentry installation work Building completion work
45450000 Other building completion work Building completion work
45410000 Plastering work Building completion work

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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.

About the buyer

Main contact:
mdavies@saundersfootharbour.co.uk
Admin contact:
mdavies@saundersfootharbour.co.uk
Technical contact:
N/a
Other contact:
mdavies@saundersfootharbour.co.uk

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

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

PDF
PDF272.80 KB
This file may not be accessible.
PDF
PDF326.38 KB
This file may not be accessible.
PDF
PDF672.91 KB
This file may not be accessible.
PDF
PDF416.40 KB
This file may not be accessible.
PDF
PDF348.98 KB
This file may not be accessible.
PDF
PDF325.99 KB
This file may not be accessible.
PDF
PDF719.87 KB
This file may not be accessible.
PDF
PDF665.79 KB
This file may not be accessible.
PDF
PDF420.99 KB
This file may not be accessible.
PDF
PDF467.69 KB
This file may not be accessible.
PDF
PDF678.03 KB
This file may not be accessible.
PDF
PDF386.69 KB
This file may not be accessible.
PDF
PDF380.14 KB
This file may not be accessible.
PDF
PDF463.02 KB
This file may not be accessible.
PDF
PDF307.88 KB
This file may not be accessible.
PDF
PDF362.73 KB
This file may not be accessible.
pdf
pdf85.80 KB
This file may not be accessible.
pdf
pdf142.88 KB
This file may not be accessible.
pdf
pdf324.37 KB
This file may not be accessible.
pdf
pdf38.16 KB
This file may not be accessible.
pdf
pdf352.88 KB
This file may not be accessible.
pdf
pdf309.69 KB
This file may not be accessible.
PDF
PDF373.24 KB
This file may not be accessible.
PDF
PDF449.72 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.