Notice Information
Notice Title
Fit-Out Works- 78 High Street, Porthmadog, LL49 9NW
Notice Description
Description of projectThe refurbishment of the ground floor of 78 High Street Porthmadog, LL49 9NW.The works will consist of: -* Removal of shop flooring, high level glazing, wall linings, electrical, electrical distributionboards, plumbing, alarm systems services of 78 High Street Porthmadog LL49 9NW.* The mechanical / electrical design of 78 High Street.* The fitting out of 78 High Street.* Building control design approval of 78 High StreetThe project is Notifiable under CDM 2015
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-115644
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=115644
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- S2W Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45300000 - Building installation work
45310000 - Electrical installation work
45311000 - Electrical wiring and fitting work
45311100 - Electrical wiring work
45311200 - Electrical fitting work
45315000 - Electrical installation work of heating and other electrical building-equipment
45315600 - Low-voltage installation work
45330000 - Plumbing and sanitary works
45331000 - Heating, ventilation and air-conditioning installation work
45331210 - Ventilation installation work
45332200 - Water plumbing work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 May 20223 years ago
- Submission Deadline
- 26 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAREERS WALES
- Contact Name
- Mr Paul Powell
- Contact Email
- Not specified
- Contact Phone
- +44 08000284844, +44 3001323833
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF10 2HH
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- Not specified
-
- Local Authority
- Cardiff
- Electoral Ward
- Cathays
- Westminster Constituency
- Cardiff South and Penarth
Further Information
Notice Documents
-
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=1
8th November 2021 - Floor Plan -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=2
8th November 2021 - Floor Plan -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=3
8th November 2021 - Form of Agreement -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=4
8th November 2021 - Pre construction information -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=5
8th November 2021 - Refurbishment hazard risk -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=6
8th November 2021 - Schedule of Refurbishment -
https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=7
8th November 2021 - Tender Technical questions
Notice URLs
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-kuma6s-115644-2022-05-03T09:37:59Z",
"date": "2022-05-03T09:37:59Z",
"ocid": "ocds-kuma6s-115644",
"initiationType": "tender",
"parties": [
{
"id": "org-23",
"name": "Careers Wales",
"address": {
"streetAddress": "Unit 4 Churchill House, 17 Churchill Way,",
"locality": "CARDIFF",
"postalCode": "CF10 2HH"
},
"contactPoint": {
"name": "Mr Paul Powell",
"telephone": "+44 08000284844",
"url": "http://www.careerswales.gov.wales"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "BODY_PUBLIC",
"description": "Body governed by public law",
"scheme": "TED_CA_TYPE"
}
]
}
},
{
"id": "org-154",
"name": "Careers Wales",
"address": {
"streetAddress": "unit 4 churchill house, 17 Churchill Way,",
"locality": "CARDIFF",
"postalCode": "CF10 2hh"
},
"contactPoint": {
"name": "Mr Paul Powell",
"telephone": "+44 3001323833",
"url": "http://www.careerswales.gov.wales"
},
"roles": [
"buyer"
]
},
{
"id": "org-157",
"name": "Cbof Group",
"address": {
"streetAddress": "Unit 1 Charnwood Park, Clos Marion,",
"locality": "Cardiff",
"postalCode": "CF104LJ"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"name": "Careers Wales",
"id": "org-154"
},
"tender": {
"id": "ocds-kuma6s-115644-tender-120910",
"title": "Fit-Out Works- 78 High Street, Porthmadog, LL49 9NW",
"description": "Description of projectThe refurbishment of the ground floor of 78 High Street Porthmadog, LL49 9NW.The works will consist of: -* Removal of shop flooring, high level glazing, wall linings, electrical, electrical distributionboards, plumbing, alarm systems services of 78 High Street Porthmadog LL49 9NW.* The mechanical / electrical design of 78 High Street.* The fitting out of 78 High Street.* Building control design approval of 78 High StreetThe project is Notifiable under CDM 2015",
"procurementMethod": "open",
"mainProcurementCategory": "works",
"tenderPeriod": {
"endDate": "2021-11-26T13:00:00Z"
},
"eligibilityCriteria": "Planning and managements including H&S goals:At all stages of planning and management of construction works should be undertaken giving due regard to health and safety, through liaison with and engagement of, the ProjectManager and Principal Designer.The Principal Contractor is to ensure the following:* Contractors have sufficient numbers of experienced and competent site managers* The proposed site manager(s) are inducted, trained and fully conversant with their HSEmanagement procedures* They have the necessary resource to allocate to these projects* They have sufficient mobilisation time to achieve the scheduled start on site* The programme is realistic to complete the projects in line with the anticipated handover date.Prior to practical completion and prior to handover; the Principal Contractor has maintained suitable and sufficient management and co-ordination procedures for health and safety. The construction site is the responsibility of the Principal Contractor until successful handover has been granted and any visitors need to be managed by the Principal Contractor, accordingly, including suitable site induction, areas of work etc.H&S GoalsThe primary health and safety objective for this programme of works is to ensure that adequate actions and precautions are taken to prevent harm being caused to those carrying out construction work and others who may be affected.Communication and liaison between Client and others:All those in control of construction work are required to provide workers (including the self-employed) under their control, with any information that they require to carry out the work safely and without risk to health.The Principal Contractor shall ensure that all workers are provided with a suitable, site specific induction to inform them of the arrangements for health, safety and welfare at their work site.This should include any relevant findings resulting from risk assessment, including risks arising from activities of other operatives working nearby. Site rules should be explained along withthe procedures to be followed in the event of any worker finding themselves in a position ofserious and imminent danger.Arrangements for worker engagement on site should always be tailored to the size and nature ofthe project and risks involved. On smaller sites, informal arrangements for collecting workers'views can be effective, e.g. by arranging reviews of method statements immediately before the work itself is carried out. Contractors may need to make special arrangements for workers for whom English is a second language, or who are unable to read English.The Principal Contractor has a specific duty to make and maintain arrangements to enable effective co-operation and consultation between themselves, contractors and workers. Arrangements made in respect of co-operation and consultation with workers on site should be recorded by the Principal Contractor and included in the construction phase plan. Such arrangements will require regular review and updating, as circumstances on site change.Such arrangements need to cover all workers effectively, including those who may only be on site for brief periods. The arrangements should be proportionate to the size and complexity of the work, the scale of hazards and the size of the workforce. The Principal Contractor shall implement a range of mechanisms to ensure that on-site consultation is effective. This could include regular consultation meetings, consultation during inductions, daily briefings, toolbox talks etc.Security of site:The Principal Contractor shall have sole responsibility to ensure that the working area is secured and fenced off throughout the duration of the works.Welfare provision:Welfare arrangements are to be in accordance with Regulation 13 (4) (c) and Regulation 15 (11) of the CDM2015 and are to be commensurate with the site undertaking.Minimum requirements are as follows:* Toilets* Washing facilities* Hot and cold running water* Drying room* Mess room* Drinking WaterIt is proposed that the Principal Contractor will not be given the use of the existing welfare facilities and the principle contractor would have to provide is own welfare units.Adequate first aid facilities are to be maintained on site and at least one appointed person is to be in attendance during site hours. Compliance shall be in accordance with \"The Health and Safety (First Aid) Regulations 1981\".As a minimum, a suitable first aid kit, eye wash and a burns kit should be provided.H&S client employees, customers, othersSite hoarding requirement:The Principal Contractor must take necessary steps to prevent access by unauthorisedpersons and a suitable barrier/fencing should be erected proportional to the risk imposed to the front and rear of the building.Site hoarding, transport vehicle movement restrictions:The Principal Contractor is to make adequate provision for control of site transport and is toensure that there is a suitable and sufficient Traffic Plan is developed to ensure that residentsusing the surrounding areas are not endangered by vehicle movements (e.g. deliveries, removalof waste).If possible, the deliveries should be programmed out of the rush hour.Specific arrangements will be explored and agreed at the pre-start meeting. All deliveries willrequire a banksman to be present.All Contractors staff will need to make arrangements for parking off-site.Existing procedures, permit-to-work systems:Where appropriate; a permit-to-work system is to be adopted for works on electrical services,hot works, works in confined spaces or any other high-risk activities identified. Daily 'hot workpermits' will be required where welding, cutting, grinding and the use of naked flames isrequired. Plant, equipment or flammable materials must be covered with flame retardantmaterials (or removed) in areas where 'hot work permits' are in operation. In this case,continuous flammable atmosphere monitoring may be required, and a fire watch maintainedboth during and for a period after the hot works have ceased. The site manager would have toissue the permits.Fire precautions, emergency procedures:In the event of an incident (other than general first aid) the Principal Contractor must follow their company procedures, and ensure that the Client's representative is advised of any incident as quickly and as early as possible so that the Medical Centre can take appropriate action.The affected areas are to be secured and not disturbed until a thorough investigation has been carried out or approval has been given by the Client representative to continue accessing the area has been given.The avenues of escape and assembly points are to be indicated on a drawing in the Construction Phase Plan (CPP) for the site and the Principal Contractor shall describe the method they intend to use to raise the alarm in the event of Fire or other emergencies when a site evacuation may be required. The Principal Contractor's arrangements must include a 'cause and effect' analysis with adjacent premises and their operations.Emergency contact details for key staff (e.g. Fire Wardens / First Aiders etc.) must be incorporated in the CPP's emergency arrangements section. Emergency arrangements must alsobe displayed in all prominent working areas and form part of the induction / toolbox talk procedure.The PC is to maintain a site register and visitors book at all times.No Smoking will be permitted within the building and the external areas. Emergency Procedures and Means ofEscape: Hospital with A&E:Ysbyty Alltwen NHS WalesTremadogGwyneddLL49 9AQTel: 03000 0850027Fire Station:Fire StationPorthmadogLL49 9HRTel: 999Police Station:North Wales Police High StreetPorthmadogLL49 9NUTel: 999The principal contractor should develop their own site emergency plan as part of their CPP and also have their own suitable first aid personnel and equipment on site at all times4. Environmental Design & Construction Hazards Adjacent land uses:The site is on a commercial high street and consideration must be given to the neighbourhood.Hazardous materials:It is not anticipated that the Principal Contractor will encounter any stored hazardous materials left by the Client on this project.Existing services:The Principal Contractor must make suitable and sufficient enquiries and investigations prior to starting work to ensure that all services have been identified and made safe and any hazardous conditions have been identified and controlled. All services must be treated as LIVE, until checked and tagged by a competent person.Existing structures:Terraced two storey office building with residential property abovePrevious modifications, fire damage ...etc: None noted.Health hazardsAsbestos:Asbestos present a survey must be undertaken by the principle contractor before works begin on site.The Control of Asbestos Regulations 2012The regulations require mandatory training for anyone liable to be exposed to asbestos fibres at work (see regulation 10). This includes maintenance workers and others who may come into contact with or who may disturb asbestos (e.g. cable installers) as well as those involved in asbestos removal work.All employers have a legal duty to prevent the exposure of their employees to asbestos, or if this is not possible to reduce it to the lowest possible level. The Control of Asbestos Regulations 2012 requires them to manage the risk from asbestosNotwithstanding the results of any survey; if during the course of the works any further suspect material is discovered, then the work must be stopped immediately and advice sought from the Client.The Principal Contractor must keep the Project Manager and the Principal Designer & Client informed of any incident and action plans.Hazardous materials: DustThe Principal Contractor is required to take steps generally to control the emission of dust by,careful selection of work techniques and methods for example damping down, however, where creation of dust is unavoidable and damping down techniques cannot be used, appropriate Personal / Respiratory Protective Equipment (R/PPE) is to be worn by operatives and suitablemethods for the protection of the public should be identified. These arrangements will need toinclude arrangements for face fit testing as necessary.Noise and VibrationThe Principal Contractor should outline their proposals in his CPP for noise and vibration control, both in respect of being a hazard to the health of site personnel, and as a potential operational, public, or statutory, nuisance.Use of Substances Hazardous to HealthCommon materials used during construction may present health and safety hazards requiring the Principal Contractor to carry out COSHH or other risk assessments and to introduce control measures which should be included in their CPP.SIGNIFICANT DESIGN AND CONSTRUCTION HAZARDS Design assumptions and control measures:See Hazard risk registerCo-ordination of ongoing design:All changes to design, work methodology and sequences for assembly etc. that have specific safety implications must be reported to the contract the client as practicable to do so.Significant risks identified:The Principal Contractor should address the following significant risks associated with the design.It is essential that the programme construction phase plan properly addresses the issues relatedbelow in the form of safe systems of work before the work commences on site.Summary of significant risks identified through design:Working at height;Manual handling of materials and equipmentInterface with members of the public (deliveries)Hot works;Busy road and limited parking;Noise, Vibration;Slips, trips and fallsLimited working areasAsbestosSafe systems of work:The Principal Contractor is to develop Safe Systems of work depending on the work being undertaken. Suitable operatives should be used depending on their skills, knowledge, experience and training.5. THE HEALTH AND SAFETY FILEThe Health and Safety File must be compiled by the Principal Designer. A draft will be issued with this PCI. The document must be 'user friendly' and where relevant to this project include the information outlined in the CDM Regulations 2015.The client will require one hard and one electrical copy.A typical suggested outline requirement of the H&S File is as follows. It should be noted however that all projects differ and therefore not all those headings below will be applicable:1.0 INTRODUCTION1.1 Purpose and updating the File1.2 File development history2.0 NATURE OF THE PROJECT2.1 Main Participant Index2.1.1 Key Participants2.1.2 Sub-Contractors2.2 Site location2.3 Nature of construction work carried out2.4 Timescale of the construction2.5 Statutory approvals / consents2.6 Current use of site2.7 Third Parties occupying the site2.8 Existing drawings / documents3.0 EXISTING ENVIRONMENT3.1 Known land uses and related restrictions3.2 Known services3.3 Known structures3.4 Known traffic systems and restrictions3.5 Ground conditions / contamination3.6 Planning and other restrictions applicable to the site3.7 Known asbestos status3.8 Existing Drawings4.0 RULES OR RESTRICTIONS ON FUTURE WORKS4.1 Rules and restrictions4.2 Client matters5.0 SPECIFIC PROJECT 1 PARTICULARS5.1 As built information5.1.1 Designer5.1.2 Structural Engineer5.1.3 Other5.2 Mechanical installations5.3 Electrical installations5.4 Fire5.5 Specialist installations5.6 Risk identification for future works5.6.1 General advice5.6.2 Specific advice6.0 ADDITIONAL INFORMATION7.0 APPENDIX",
"awardPeriod": {
"endDate": "2021-12-03T00:00:00Z"
},
"documents": [
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-1",
"title": "Floor Plan",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=1",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-2",
"title": "Floor Plan",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=2",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-3",
"title": "Form of Agreement",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=3",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-4",
"title": "Pre construction information",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=4",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-5",
"title": "Refurbishment hazard risk",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=5",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-6",
"title": "Schedule of Refurbishment",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=6",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
},
{
"id": "ocds-kuma6s-115644-document-115644-NOV378917-7",
"title": "Tender Technical questions",
"url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=NOV378917&idx=7",
"datePublished": "2021-11-08T11:36:02Z",
"dateModified": "2021-11-08T11:36:02Z",
"format": "application/pdf"
}
],
"additionalClassifications": [
{
"id": "45000000",
"description": "Construction work",
"scheme": "CPV"
},
{
"id": "45300000",
"description": "Building installation work",
"scheme": "CPV"
},
{
"id": "45310000",
"description": "Electrical installation work",
"scheme": "CPV"
},
{
"id": "45311000",
"description": "Electrical wiring and fitting work",
"scheme": "CPV"
},
{
"id": "45311100",
"description": "Electrical wiring work",
"scheme": "CPV"
},
{
"id": "45311200",
"description": "Electrical fitting work",
"scheme": "CPV"
},
{
"id": "45315000",
"description": "Electrical installation work of heating and other electrical building-equipment",
"scheme": "CPV"
},
{
"id": "45315600",
"description": "Low-voltage installation work",
"scheme": "CPV"
},
{
"id": "45330000",
"description": "Plumbing and sanitary works",
"scheme": "CPV"
},
{
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work",
"scheme": "CPV"
},
{
"id": "45331210",
"description": "Ventilation installation work",
"scheme": "CPV"
},
{
"id": "45332200",
"description": "Water plumbing work",
"scheme": "CPV"
}
]
},
"noticetype": "S2W Notice - Website Contract Award Notice",
"awards": [
{
"id": "ocds-kuma6s-115644-award-120910-119",
"suppliers": [
{
"id": "org-157",
"name": "Cbof Group"
}
],
"items": [
{
"id": "ocds-kuma6s-115644-awarditem-120910-119"
}
]
}
],
"contracts": [
{
"id": "ocds-kuma6s-115644-award-120910-119",
"awardID": "ocds-kuma6s-115644-award-120910-119",
"status": "active",
"dateSigned": "2021-12-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "ocds-kuma6s-115644-bidsstatistic-120910-119",
"measure": "bids",
"value": 1
}
]
}
}