Windmillcroft Quay Wall Construction and Landscaping Works

A Tender Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Works)
Duration
20.5 month
Value
___
Sector
CONSTRUCTION
Published
23 Feb 2023
Delivery
To 23 Dec 2024 (est.)
Deadline
03 Apr 2023 11:00

Concepts

Location

Glasgow City

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Procurement of the Principal Contractor for works that will include partial demolition of existing quay wall, construction of new quay wall in front of existing wall along with creation of new public realm and soft landscaping.

Total Quantity or Scope

Construction works to be undertaken by the Principal Contractor will include, but not limited to, the following main elements: 1) Site establishment and preparation - Undertaking professional visual pre-construction condition survey of the site and including adjacent third party assets such as Kingston Bridge Complex and private residential buildings, with a small number of internal property surveys. - Installing vibration and movement monitoring across site, including for third party assets such as the Kingston Bridge Complex and a private residential development facing the existing quay wall; establishing a baseline for vibration/movement of all assets included in scope - Erecting hoarding and creating site compound - Undertaking and seeking acceptance of any required methodology assessments prior to works commencing 2) Construction Works - Partial demolition of existing masonry perch wall to enable construction of new quay wall within the riverbed; retaining historic materials/features for re-use on site - Creation of new linear single-skin combi-wall frontage along the frontage of Windmillcroft Quay (c.350m), restraint is provided by three separate structural formations of:- a) Western and Eastern peripheries; the tie rod restraint system is restrained by discrete tubular piles. b) Standard wall formation; the tie rod restraint system is restrained by sheet pile anchor walls, and c) Cofferdam wall formation; low-level tie rod and high-level strut reach across and hold together the waterfront wall and a mirroring full height wall to the landward side (including end closure walls). - Creation of new public realm above new quay wall creation, comprising a mix of hard and soft landscaping that includes street lighting, segregated cycleway, street furniture and amenity features - Reinstatement of private landscaped gardens, including use of historical features reclaimed from the existing quay wall 3 Defects - 2 year defects period, during which undertaking of surveys to monitor performance of new structure within the river Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

CPV Codes

  • 45243600 - Quay wall construction work
  • 45240000 - Construction work for water projects
  • 45241100 - Quay construction work
  • 45233162 - Cycle path construction work
  • 45233262 - Pedestrian zone construction work
  • 45112700 - Landscaping work

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** At the SPD stage:- 1) Health & Safety — the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their SPD submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. 2) Quality Assurance and Environmental Management Standards - SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in Section 4D of the SPD statements document titled “GCC005085CPU SPD Statements”. Evidence will be requested at the Request for Document stage of the evaluation (see further detail in item 7 below) and will be requested only of the preferred bidder. The submission of this evidence is mandatory and will be evaluated as a pass / fail. 3) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the Invitation to Participate document. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). If the bidder is successful to be taken forward to ITT stage, the following will be required at ITT stage: - 4) Collateral warranties may be required. This will be detailed at ITT stage. 5) Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to their offer. Bidders will be required to complete the tenderers amendment certificate contained in the attachment area within PCS Tender portal. 6) Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the attachment area within PCS Tender portal. 7) Bidders will be required to complete the Non-Collusion certificate contained in the attachments area within the PCS Tender portal. 8) Bidders will be required to complete an FoI certificate at ITT stage (as well as SPD stage as detailed in item 3 above). 9) NEC3 conditions of contract will be used for this project. The conditions of contract will be located within the attachments area within the PCS Tender portal at ITT stage. 10) Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 3 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23340. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: As detailed in the Invitation to Tender. (SC Ref:719160)

Reference

Domains