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.
|