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

New cheese production line facility

  • First published: 14 November 2014
  • Last modified: 14 November 2014

Contents

Summary

OCID:
ocds-kuma6s-018230
Published by:
Advent Project Management Ltd
Authority ID:
AA32834
Publication date:
14 November 2014
Deadline date:
15 December 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Construction of a new cheese production facility within part of an existing high-bay warehouse building on an existing cheese production site. The Works comprise the construction of a new insulated floor with integral drainage, installing structural steel members and a structurally supported full-height dividing insulated fire wall, insulated food lining walls, roof-suspended walk-on ceilings, tiled and resin flooring finishes, mezzanine levels with associated electrical and mechanical works. The Main Contractor will be expected to co-ordinate with the supplier(s) of dairy equipment (procured by the Client) for the delivery, installation and commissioning within the build programme period. Some external works including drainage and bringing steam and electrical supplies to the new production area over an external existing services bridge/gantry/conveyor (partly over a river) will be required as part of the build contract.

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


South Caernarfon Creameries Ltd. Wales / Hufenfa De Arfon Cymru. Cyf

Rhydygwystl, Chwilog,

Pwllheli

LL53 6SB

UK

A W Jones, Managing Director

+44 1766810251

mail@sccwales.co.uk

+44 1766810578
http://www.sccwales.co.uk

1.2

Address from which documentation may be obtained


Advent Project Management Ltd

Managing Director, Suite 1A, Ash Court, Parc Menai,

Bangor

LL57 4DF

UK

Ian Williams

+44 1248719262

info@adventpm.co.uk

http://www.adventpm.co.uk

1.3

Completed documents must be returned to:


Advent Project Management Ltd

Managing Director, Suite 1A, Ash Court, Parc Menai,

Bangor

LL57 4DF

UK

Ian Williams

+44 1248719262

ian.williams@adventpm.co.uk

http://www.adventpm.co.uk

2 Contract Details

2.1

Title

New cheese production line facility

2.2

Description of the goods or services required

Construction of a new cheese production facility within part of an existing high-bay warehouse building on an existing cheese production site. The Works comprise the construction of a new insulated floor with integral drainage, installing structural steel members and a structurally supported full-height dividing insulated fire wall, insulated food lining walls, roof-suspended walk-on ceilings, tiled and resin flooring finishes, mezzanine levels with associated electrical and mechanical works. The Main Contractor will be expected to co-ordinate with the supplier(s) of dairy equipment (procured by the Client) for the delivery, installation and commissioning within the build programme period. Some external works including drainage and bringing steam and electrical supplies to the new production area over an external existing services bridge/gantry/conveyor (partly over a river) will be required as part of the build contract.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=18230.

2.3

Notice Coding and Classification

45000000 Construction work
45300000 Building installation work
45310000 Electrical installation work
45320000 Insulation work
45321000 Thermal insulation work
45323000 Sound insulation work
45324000 Plasterboard works
45330000 Plumbing and sanitary works
45331000 Heating, ventilation and air-conditioning installation work
45332000 Plumbing and drain-laying work
45343000 Fire-prevention installation works
45343100 Fireproofing work
45351000 Mechanical engineering installation works
45400000 Building completion work
45420000 Joinery and carpentry installation work
45430000 Floor and wall covering work
45431000 Tiling work
45431100 Floor-tiling work
45431200 Wall-tiling work
45440000 Painting and glazing work
45442000 Application work of protective coatings
45442100 Painting work
45442110 Painting work of buildings
45442120 Painting and protective-coating work of structures
45442121 Painting work of structures
45442200 Application work of anti-corrosive coatings
45453000 Overhaul and refurbishment work
1012 Gwynedd

2.4

Total quantity or scope of tender

Estimated total value of supply and installation range between £1,900,000 and £2,200,000

3 Conditions for Participation

3.1

Minimum standards and qualification required

Tenders are only expected from Main Contractors with similar suitable experience of undertaking the Works described with experience of coordinating the delivery, installation and commissioning of dairy equipment as part of the building programme. Tenderers' attention is drawn to the need to complete the Project by 30 June 2015 including the dairy equipment installation and commissioning. This end date is governed by funding restrictions.

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 obtaining documentation
 24-11-2014

Time-limit for receipt of completed tenders
    15-12-2014  Time  12:00

Estimated award date
 12-01-2015

4.5

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

EN 

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

Tenders may not be available until 21.11.14. Tenders are expected only from economic operators that can perform the role of the Main Building Contractor and the Buyer will be seeking performance guarantees. Individual applications from operators who can only provide part of the scope will not be considered further. The Buyer reserves the right to carry out additional financial checks on all companies tendering for this contract at any time during the procurement process, to ensure they continue to meet the Buyer's requirements and remain financially viable to perform the Contract. Any selection of tenderers will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis that in order for the tender submission to be considered further, the tenderers must receive a 'Pass' in each requirement in a Pass/Fail gateway. Any tenderer receiving a Fail would mean their tender would not be considered any further. A tenderer receiving a Pass in each gateway would then go forward to have their submission scored using a Price/Quality matrix -details of which are in the tender documentation. The Buyer reserves the right at any time to cease the tendering process and not award or to award only part of the opportunity described in this notice. If the Buyer takes up this right they will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result. All suppliers are responsible for the cost of tendering or replying to this notice. The Buyer undertakes to hold confidential any information provided in the proposals submitted by any tenderer, subject to the Buyer's obligations under any law or to comply with grant or other funding rules. If the applicant considers that any of the information submitted should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Buyer will endeavour to consult with the applicant about such sensitive information when considering any external disclosure of that information.

(WA Ref:18230)

5.2

Additional Documentation

5.3

Publication date of this notice

 14-11-2014

Coding

Commodity categories

ID Title Parent category
45442200 Application work of anti-corrosive coatings Application work of protective coatings
45442000 Application work of protective coatings Painting and glazing work
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45310000 Electrical installation work Building installation work
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works
45430000 Floor and wall covering work Building completion work
45431100 Floor-tiling work Tiling work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
45351000 Mechanical engineering installation works Mechanical installations
45453000 Overhaul and refurbishment work Other building completion work
45440000 Painting and glazing work Building completion work
45442120 Painting and protective-coating work of structures Application work of protective coatings
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
45324000 Plasterboard works Insulation work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45330000 Plumbing and sanitary works Building installation work
45323000 Sound insulation work Insulation work
45321000 Thermal insulation work Insulation work
45431000 Tiling work Floor and wall covering work
45431200 Wall-tiling work Tiling work

Delivery locations

ID Description
1012 Gwynedd

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:
14 November 2014
Deadline date:
15 December 2014 00:00
Notice type:
Contract Notice
Authority name:
Advent Project Management Ltd
Publication date:
17 June 2015
Notice type:
Contract Award Notice
Authority name:
Advent Project Management Ltd

About the buyer

Main contact:
mail@sccwales.co.uk
Admin contact:
info@adventpm.co.uk
Technical contact:
N/a
Other contact:
ian.williams@adventpm.co.uk

Further information

Date Details
19/11/2014 17:13
Change in Contract Particulars and reminder on how to obtain tender documentation
Further to the wording in the original Notice, please be aware that the proposed contract will now be the JCT Intermediate Contract with Contractor's Design Portion. Details of which elements are to be Contractor Designed will be included in the tender documents. Suppliers are reminded that in order to be included in the tender process they need to request the tender documentation from the address shown in item 1.2 of the Sell2Wales Notice.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.