Opportunity

Intrusive Marine Ground Investigation and Non-Intrusive Surveys 2024 - Tipner West Regeneration

  • Portsmouth City Council

F02: Contract notice

Notice reference: 2024/S 000-001692

Published 18 January 2024, 9:41am



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

NUTS code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/ext/business/business.aspx

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/portsmouthcc/aspx/home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Intrusive Marine Ground Investigation and Non-Intrusive Surveys 2024 - Tipner West Regeneration

two.1.2) Main CPV code

  • 45111250 - Ground investigation work

two.1.3) Type of contract

Works

two.1.4) Short description

Portsmouth City Council - the 'Council' - is seeking tenders for the delivery of both marine ground investigation (GI) works and non-intrusive surveys within the channel between Tipner and Horsea Island, Portsmouth. The services are required in order to aid the progression of the Tipner West Regeneration Project.

The estimated total value of the works across both packages is approx. £525,000 exclusive of VAT.

Due to the differing selection criteria requirements and work methods the packages are being procured as 2 separate Lots. Contractors can bid for either or both lots. The Lots are as follows:

Lot 1: Intrusive ground investigation surveys - Value estimate £450,000. Let using a single stage ICC UK Specification for Ground Investigations and associated re-measurable BOQ contract. Works to begin in April and must be complete by July 2024 or earlier if possible.

Lot 2: Non-intrusive archaeological and ecology surveys. - Value range estimate of £50,000 - £75,000. Let using a NEC4 PS Short Form contract on a fixed price basis. Works must be completed by April 2024 or earlier if possible.

The council is not inviting combined offers for both Lots and will award a separate to the highest scoring bidder for each Lot.

The council's position is that the contracts are classified as works contracts under the Pubic Contracts Regulations (2015). The council is issuing a Contract Notice in the interests of competition and transparency.

The procurement process will be run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015) although this does not alter the council's position in respect of the works falling below statutory thresholds and does not make remedies set out under the Public Contracts Regulations (2015) available to bidders.

The procurement timetable for both lots is:

• Issue of tender - Thursday 18th January 2024

• Site visits - Thursday 25th January at 10am and Wednesday 31st January at 1pm

• Deadline for requests for clarification - Thursday 8th February 2024 @ 23:59

• Tender return - Monday 19th February 2024 @ 12:00

• Award decision notification - Friday 1st March 2024

• Voluntary standstill period ends - 2nd March 2024 - 11th March 2024 at 23:59

• Contract Award - 18th March 2024

SITE VISITS

Tenderers are strongly urged to visit the site. Site visits are by appointment only for the dates specified in the table above. .

The deadline for tender submission is 19th February 2024 at 12pm with notification of contract award following on 1st March 2024 via the Council's e-sourcing system InTend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.

The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.

Both Lots will be tendered via Intend as separate projects with their own unique project identifiers.

two.1.5) Estimated total value

Value excluding VAT: £525,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 - Intrusive Marine Ground Investigation 2024 - Tipner West Regeneration Project

Lot No

1

two.2.2) Additional CPV code(s)

  • 45111250 - Ground investigation work
  • 45120000 - Test drilling and boring work
  • 71351100 - Core preparation and analysis services
  • 71351200 - Geological and geophysical consultancy services
  • 71351500 - Ground investigation services
  • 71351720 - Geophysical surveys of archaeological sites
  • 71351913 - Geological exploration services
  • 71351924 - Underwater exploration services
  • 71510000 - Site-investigation services
  • 71621000 - Technical analysis or consultancy services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
Main site or place of performance

Portsmouth Harbour, Tipner West, Horsea Island - Portsmouth

two.2.4) Description of the procurement

The GI works period is significantly constrained by bird migration and breeding patterns meaning that works may only commence from April 2024 and must be complete by July 2024.

It should be noted that this works period may be subject to review and as such the Council will require flexibility from the appointed contractor in the event that these dates need to be moved forward or backwards.

The ground investigation will comprise overwater investigations in the Dredged Channel area.

The Works are to be undertaken predominately on the Intertidal Zone and within the existing SSSI and SPA. As such all works will therefore need to be undertaken in a highly controlled manner to avoid impacts to Marine Ecology. An MMO application for the GI Works has been submitted by WSP.

The Ordnance Survey National Grid Coordinate for the centre of the Site is 463378E 103291N.

SCOPE

The ground investigation will comprise overwater investigations.

The contractor will be responsible for determining that each exploratory hole location is safe for the temporary founding of the jack up legs and for clearing each jack up leg and exploratory hole location of the presence of any UXOs. The scope of the investigation will be as follows:

 Six overwater Dynamic Sample / Rotary Cored boreholes to approximately 8 metres below bed level (m BBL) along the proposed land reclamation boundary.

 Six Cone Penetration Testing (CPT) overwater to refusal with Unexploded Ordnance (UXO) clearance to 8 m bbl. Alternative methods can be proposed to clear each borehole for UXO, however CPTs would still be a preference.

General

The above scope will also require:

• Onsite inspection and logging of samples;

• In-situ testing in boreholes;

• Chemical and geotechnical sampling in exploratory holes;

• Laboratory geotechnical testing of soils and rock and chemical testing of soil and groundwater samples; and,

• UXO survey of all overwater exploratory holes prior to intrusive works.

Reports

The Principal Contractor is only to prepare the specified factual part of the Ground Investigation Report.

One factual report will be required and named as follows:

• Tipner Dredged Channel

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £450,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

4

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2 - Non-Intrusive Marine and Unmanned Aerial Vehicle Surveys 2024 - Tipner West Regeneration Project

Lot No

2

two.2.2) Additional CPV code(s)

  • 71352000 - Subsurface surveying services
  • 71354500 - Marine survey services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
Main site or place of performance

Tipner West, Portsmouth

two.2.4) Description of the procurement

The Non-Intrusive Marine and UAV Surveys are not time constrained and may commence from contract award and must be complete as soon as possible, but by April 2024 at the latest.

It should be noted that this works period may be subject to review and as such the Council will require flexibility from the appointed contractor in the event that these dates need to be moved forward or backwards.

A Stage 1 Geotechnical Investigation (GI) was carried out in 2021 and included a suite of Magnetometry/Side Scan Survey and Bathymetry surveys for UXO and archaeological purposes. The proposed marine surveys are required to extend to those areas not covered in the 2021 surveys.

The non-intrusive Marine and UAV Surveys contractor will be required to survey the proposed Dredge Channel, situated within and north of the Tipner channel, between Tipner West and HIE, the proposed survey buffer comprises 26.5 ha and is approximately centred at National Grid Reference (NGR) 463755 103729. This survey area will likely require a combination of marine and UAV surveys.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £75,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

2

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

SCOPE

The appointed contractor will be the Main Contractor responsible for providing all boats, equipment, welfare for the purposes of undertaking the survey, and is also responsible for obtaining any necessary permits, undertaking the surveys and providing reports.

The following survey types are required:

Side scan sonar (SSS)

Multi beam echo sounder (MBES)

Marine Magnetometry Survey (Mag)

Flown Marine Magnetometry Survey (Mag) (If required),


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 February 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 February 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WCA 2LL

Telephone

+44 2079476000

Country

United Kingdom