Chatham Infrastructure Maintenance Works – Wood Flooring Tender
Chatham Infrastructure Maintenance Works (Structural Contract)
Reference number:HCAP15046
Deadline date:25/07/2014
This deadline is for…Expressions of interest and completed Pre-Qualification Questionnaires by 1pm
Contract value:£315,000 – £415,000
Location where the contract is to be carried out:Chatham CentralMultiple locations on and around St Mary’s Island, Chatham.
Is this suitable for smaller suppliers?Yes
Name of the buying organisation:Homes and Communities Agency
Description of the contract
The Homes and Communities Agency wish to appoint a suitably qualified and experienced contractor to carry out various maintenance works at multiple locations on and around St Mary’s Island, Chatham. Applicants are to be aware that: • Some of the structures are subject to Heritage safeguards. • The Environmental Agency, Harbour Master and possibly English Heritage are likely to require a method statement on the proposed refurbishment works for their comment and approval. The works are broadly outlined as follows: 1. Cantilever viewing platforms to the north of St Mary’s Island and at the Finsborough Ness Slipway towards the northwest of St Mary’s Island: Repainting of balustrade verticals, replacement of yacht wires and screw fixings; repairs to masonry stone setts to the river wall, both sloping and vertical; cleaning of steelwork and checker plate, any loose fixing or fixing showing signs of corrosion to be replaced; timber decking to be treated; all seating to be made good, made safe and repainted; all ancillary items and architectural ironmongery to be repainted; concrete repairs to the deck of the slipway; clearing of excessive floras and removal of debris. 2. Footbridge Abutment, located on the east site adjacent to the A289 (Pier Road) Installation of Helifix stainless steel ties; replacement of mastic joints; masonry repairs; clearing of excessive floras and removal of debris. 3. Blue Crane located at the western end of St’ Marys Island The entire structure is to be hard brushed and repainted; heavily corroded steels locally blast cleaned and painting with anti-corrosive protective coating, reinstate defective plates with new; missing bolts to be replaced; access openings to be made secure; cab window of the crane to be sealed; replacement of lights and associated fittings. 4. The floating pontoon dolphins located at the western end of St’ Marys Island Removal of damaged cross members and associated connections, application of protective marine grade protective coating to exposed steel; repainting of balustrade verticals, replacement of yacht wires and screw fixings; timber decking to be treated with a marine grade sealer; concrete repairs to capping slab. 5. Graving Docks 5, 6, 7, 8 and 9 located in south of the fitting out basin Replacement of shackle links to the fittings of the safety chains; removal of underwater debris in the docks; cutting back and removal of scaffold tubes, reinforcing bars or similar projecting from the altar steps (below water level); repair of damaged facing stones; repainting of balustrade verticals, replacement of yacht wires and screw fixings; repair of cracks in stone work (below water level). 6. Dock Road boundary brickwork wall Masonry repairs of brick piers and removal of existing pipework. 7. Bull nose junction at caisson lock gate Maritime Way Works to be confirmed, but are likely to be of a similar nature to those noted above.
Classification of the contract
45223000 Structures construction work
45223200 Structural works
45223210 Structural steelworks
45241100 Quay construction work
45241400 Dock construction work
45242110 Launchway construction work
45244100 Marine installations
45248200 Dry docks construction work
45262500 Masonry and bricklaying work
45262510 Stonework
45262520 Bricklaying work
45262521 Facing brickwork
45262522 Masonry work
45262600 Miscellaneous special-trade construction work
45262670 Metalworking
45262900 Balcony work
45421160 Ironmongery work
45432114 Wood flooring work
45442100 Painting work
45442120 Painting and protective-coating work of structures
45442121 Painting work of structures
45442180 Repainting work
45442190 Paint-stripping work
45442200 Application work of anti-corrosive coatings
45442300 Surface-protection work
Additional information
Contract type:Works – Unspecified
Is it a framework agreement? No
Estimated length of contract: 3 Months
Who to contact
How to apply
All expressions of interest and subsequent Pre-Qualification Questionnaires (PQQ) must be sent to email address [email protected] for the attention of Julian Perry by 1pm Friday 25th July 2014. The award of a contract as a result of the tender is subject to the HCA receiving final approvals. The HCA cannot accept any responsibility for the costs incurred by any party responding to the tender. The contract will be for a fixed period to complete the works, but it is not expected to be more than 3 months. A shortlist of 3-5 contractors will be invited to tender once the PQQ’s have been evaluated and scored. The purpose of this Pre-Qualification/Tender process is to select the most appropriate company to carry out the proposed land raising works. Any contractor wishing to be considered to be awarded the contract must formally express an interest by completing a PQQ. It is intended that PQQ’s and information packs will be sent out to all contractors as contractors indicate that they wish to receive further information. As part of the procurement process, the HCA needs to be satisfied that you have systems in place for managing health and safety within your business. Organisations wishing to tender for HCA contracts must be registered and assessed by a prequalification assessment scheme which is a member of SIPP (Safety Schemes in Procurement). This also applies to Non Construction companies. Registration and assessment must be in place prior to being invited to formally tender for the project or works. Further information on SIPP and details of assessment scheme members can be found on http://www.ssip.org.uk/ All discussions, meetings and communications will be conducted in English. The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP. This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidder’s commercial interests. Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 (“The Act”). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response. The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information.