Notice Information
Notice Title
Land at Cargo Fleet - Site Investigation, Middlesbrough
Notice Description
The Homes & Communities Agency intends the professional services of a competent and qualified ground investigation contractor to undertake an intrusive investigation of Plots A & B located in Cargo Fleet, Middlesbrough. Purpose of the Contract The purpose of the Contract is to obtain information on the ground and groundwater conditions of each Plot in order to assess potential geo-environmental and geotechnical constraints and abnormals associated with the potential redevelopment of each Plot. The intended scope of works for each Plot of land is detailed below: The ground investigation shall comprise a detailed geotechnical and geo-environmental investigation of the ground conditions at both sites. The investigation shall comprise the following: Plot A * 3No. cable percussive boreholes - comprising 3No. to rock head (anticipated to be approximately 20-25m bgl) or to a maximum depth of 30m bgl. * 1No. rotary follow-on, 10m core below rockhead, or to maximum depth of 40m bgl; * 3No. windowless sample boreholes to a target depth of 4m bgl. * 1No. machine excavated trial trench - comprising 1No. to 4m bgl and extending until the full extent of the infilled Ormesby Beck is determined i.e. full channel width and depth. * Combined ground gas and groundwater monitoring wells in all three boreholes. * Ground gas monitoring wells to be installed in 2No.selected windowless sample boreholes. * Geotechnical and chemical testing of selected samples. Plot B * 3No. cable percussive boreholes - comprising 3No. to rock head (anticipated to be approximately 20-25m bgl) or to a maximum depth of 30m bgl. * 1No. rotary follow-on, 10m core below rockhead, or to maximum depth of 40m bgl; * 9No. windowless sample boreholes to a target depth of 4m bgl. * Combined ground gas and groundwater monitoring wells in all three boreholes. * Ground gas monitoring wells to be installed in 5No.selected windowless sample boreholes. * Geotechnical and chemical testing of selected samples. In situ tests including Standard Penetration Tests and UT100 undisturbed samples and hand vane (HV) will be performed within the exploratory holes. Additional information: The closing time for tenders is 13:00hrs. 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. The Conditions of Contract referred to in the Tender shall be the Infrastructure Conditions of Contract for Ground Investigation (First Edition) issued in 2011, jointly by the Institution of Civil Engineers, the Association of Consulting Engineers and the Civil Engineering Contractors Association. A Principal Designer may need to be appointed by the client for this project, in accordance with CDM 2015 regulations. The Contractor will be appointed as the Principal Contractor under CDM 2015 regulations during the investigation. 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 bidders 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 https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-02a44d6c-adc9-11e6-9901-0019b9f3037b
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7fb3f587-9e9d-4267-803a-da850f531dde
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45111000 - Demolition, site preparation and clearance work
Notice Value(s)
- Tender Value
- £30,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- £47,999 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Nov 20169 years ago
- Submission Deadline
- 16 Dec 2015Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Nov 201510 years ago
- Contract Period
- 22 Feb 2016 - 30 Apr 2016 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOMES & COMMUNITIES AGENCY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MANCHESTER
- Postcode
- SK3 9BY
- Post Town
- Stockport
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD35 Greater Manchester South East
- Delivery Location
- TLC North East (England)
-
- Local Authority
- Stockport
- Electoral Ward
- Edgeley
- Westminster Constituency
- Stockport
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7fb3f587-9e9d-4267-803a-da850f531dde
18th November 2015 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/25a0432f-f7b5-4daf-91fd-999165046b42
Form B4 Bill of Quantities
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-02a44d6c-adc9-11e6-9901-0019b9f3037b-2016-11-18T20:17:17Z",
"date": "2016-11-18T20:17:17Z",
"ocid": "ocds-b5fd17-02a44d6c-adc9-11e6-9901-0019b9f3037b",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "HCAP16051",
"title": "Land at Cargo Fleet - Site Investigation, Middlesbrough",
"description": "The Homes & Communities Agency intends the professional services of a competent and qualified ground investigation contractor to undertake an intrusive investigation of Plots A & B located in Cargo Fleet, Middlesbrough. Purpose of the Contract The purpose of the Contract is to obtain information on the ground and groundwater conditions of each Plot in order to assess potential geo-environmental and geotechnical constraints and abnormals associated with the potential redevelopment of each Plot. The intended scope of works for each Plot of land is detailed below: The ground investigation shall comprise a detailed geotechnical and geo-environmental investigation of the ground conditions at both sites. The investigation shall comprise the following: Plot A * 3No. cable percussive boreholes - comprising 3No. to rock head (anticipated to be approximately 20-25m bgl) or to a maximum depth of 30m bgl. * 1No. rotary follow-on, 10m core below rockhead, or to maximum depth of 40m bgl; * 3No. windowless sample boreholes to a target depth of 4m bgl. * 1No. machine excavated trial trench - comprising 1No. to 4m bgl and extending until the full extent of the infilled Ormesby Beck is determined i.e. full channel width and depth. * Combined ground gas and groundwater monitoring wells in all three boreholes. * Ground gas monitoring wells to be installed in 2No.selected windowless sample boreholes. * Geotechnical and chemical testing of selected samples. Plot B * 3No. cable percussive boreholes - comprising 3No. to rock head (anticipated to be approximately 20-25m bgl) or to a maximum depth of 30m bgl. * 1No. rotary follow-on, 10m core below rockhead, or to maximum depth of 40m bgl; * 9No. windowless sample boreholes to a target depth of 4m bgl. * Combined ground gas and groundwater monitoring wells in all three boreholes. * Ground gas monitoring wells to be installed in 5No.selected windowless sample boreholes. * Geotechnical and chemical testing of selected samples. In situ tests including Standard Penetration Tests and UT100 undisturbed samples and hand vane (HV) will be performed within the exploratory holes. Additional information: The closing time for tenders is 13:00hrs. 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. The Conditions of Contract referred to in the Tender shall be the Infrastructure Conditions of Contract for Ground Investigation (First Edition) issued in 2011, jointly by the Institution of Civil Engineers, the Association of Consulting Engineers and the Civil Engineering Contractors Association. A Principal Designer may need to be appointed by the client for this project, in accordance with CDM 2015 regulations. The Contractor will be appointed as the Principal Contractor under CDM 2015 regulations during the investigation. 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 bidders 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 https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North East",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 20000,
"currency": "GBP"
},
"value": {
"amount": 30000,
"currency": "GBP"
},
"tenderPeriod": {
"endDate": "2015-12-16T23:59:59Z"
},
"contractPeriod": {
"startDate": "2016-01-05T00:00:00Z",
"endDate": "2016-03-14T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works"
},
"parties": [
{
"id": "GB-GOR-PB161",
"name": "HOMES & COMMUNITIES AGENCY",
"identifier": {
"legalName": "HOMES & COMMUNITIES AGENCY",
"scheme": "GB-GOR",
"id": "PB161"
},
"address": {
"streetAddress": "AECOM Infrastructure & Environment UK Limited, Bridgewater House, Whitworth Street.",
"locality": "Manchester",
"postalCode": "SK3 9BY",
"countryName": "England"
},
"contactPoint": {
"name": "Mr Phillip Parker",
"email": "Phillip.j.parker@aecom.com",
"telephone": "0161 907 3541"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-15188",
"name": "Ian farmer (1998) Associates Ltd",
"identifier": {
"legalName": "Ian farmer (1998) Associates Ltd"
},
"address": {
"streetAddress": "14 Faraday Court, Washington, Tyne & Wear, NE38 8QI"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-PB161",
"name": "HOMES & COMMUNITIES AGENCY"
},
"awards": [
{
"id": "ocds-b5fd17-02a44d6c-adc9-11e6-9901-0019b9f3037b-1",
"status": "active",
"date": "2016-02-22T00:00:00Z",
"datePublished": "2015-11-18T08:40:00Z",
"value": {
"amount": 47999,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-15188",
"name": "Ian farmer (1998) Associates Ltd"
}
],
"contractPeriod": {
"startDate": "2016-02-22T00:00:00Z",
"endDate": "2016-04-30T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7fb3f587-9e9d-4267-803a-da850f531dde",
"datePublished": "2015-11-18T08:40:00Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "application/msword",
"description": "Tender Return Label",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/020e93eb-cfc9-48b7-972a-3f4f3d9fe2d1",
"format": "application/msword"
},
{
"id": "3",
"documentType": "application/vnd.ms-excel",
"description": "Form B4 Bill of Quantities",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/25a0432f-f7b5-4daf-91fd-999165046b42",
"format": "application/vnd.ms-excel"
},
{
"id": "4",
"documentType": "application/pdf",
"description": "Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3fc6a935-33f9-4f8f-8436-3b42705c9ebf",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "application/msword",
"description": "Invitation to Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9dcb57d2-61b6-4a51-b938-514f96b25ca4",
"format": "application/msword"
}
]
}
]
}