Opportunity

Kinmel Bay Coastal Defence Improvements

  • Conwy County Borough Council

F02: Contract notice

Notice reference: 2023/S 000-028535

Published 27 September 2023, 3:45pm



The closing date and time has been changed to:

16 November 2023, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Conwy County Borough Council

Coed Pella

Colwyn Bay

LL29 7AZ

Contact

Kevin Lucas

Email

erf.procurement@conwy.gov.uk

Telephone

+44 1492574000

Country

United Kingdom

NUTS code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

http://www.conwy.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

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

Kinmel Bay Coastal Defence Improvements

Reference number

RP16 06

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Conwy County Borough Council (CCBC) wish to appoint a contractor to carry out works to protect Kinmel Bay against rising sea levels. The works also includes public realm and environmental improvements. Funding for the scheme is 85% from Welsh Government and 15% from CCBC. The improvements include:

Coastal Defence

-Raising and widening rock armour defences approx. 80k tonne of rock armour

-Raising approx. 2km of sea wall by 500-750mm

-Replacing two floodgates.

Public realm

-Improving and providing new access points between the coastal path and the beach

-Providing new parklets and street furniture.

-Improvements to the beach car park in St Asaph Avenue (LL18 5NL).

Ecology

-Reinstated sand dunes, and scrub, habitat and vegetation management

-Coastal wildflowers and improved grassland

-Rain gardens, lawn and tree planting.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45243500 - Sea defences construction work

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
Main site or place of performance

The scheme runs from Hortons Nose (by the mouth of the River Clwyd) to the eastern end of the Towyn Revetment along the sea front and beach at Kinmel Bay in the county of Conwy North Wales LL18 5EZ

two.2.4) Description of the procurement

The scheme includes several proposals to protect against rising sea levels at Kinmel Bay and also includes public realm and environmental improvements. Funding for the scheme is 85% from Welsh Government and 15% from Conwy County Borough Council (CCBC). The improvements include:

Coastal Defence

-Raising and widening rock armour defences approx. 100k tonne of rock armour

-Raising approx. 2km of sea wall by 500-750mm

-Replacing two floodgates.

Public realm

-Improving and providing new access points between the coastal path and the beach

-Providing new parklets and street furniture.

-Improvements to the beach car park in St Asaph Avenue (LL18 5NL).

Ecology

-Reinstated sand dunes, and scrub, habitat and vegetation management

-Coastal wildflowers and improved grassland

-Rain gardens, lawn and tree planting

two.2.5) Award criteria

Quality criterion - Name: programme / Weighting: 10

Quality criterion - Name: Methodology / Weighting: 15

Quality criterion - Name: Risk register / Weighting: 5

Quality criterion - Name: Communication / Weighting: 5

Quality criterion - Name: Resources / Weighting: 15

Quality criterion - Name: Previous experience / Weighting: 15

Quality criterion - Name: minimising disruption / Weighting: 15

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Sourcing of Rock / Weighting: 15

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £9,000,000

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

Duration in months

24

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the invitation to tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022374

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

Originally published as:

Date

9 November 2023

Local time

4:00pm

Changed to:

Date

16 November 2023

Local time

4:00pm

See the change notice.

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

English, Welsh

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 November 2023

Local time

9:30am

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

Please see tender pack for full details

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=135028.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

2.2.45 upon project completion, the Contractor completes the Community Benefits Measurement Tool for submission to Welsh Government. The Community Benefits Measurement Tool (version 10) can be found at Procurement: community benefits measurement tool (v10) | GOV.WALES.

2.2.46 To maximise community benefits in accordance with the Community Benefits Policy – Delivering for Future Generations, the Contractor is encouraged in his procurement process to advertise sub-contract opportunities via the Sell2wales portal (www.sell2wales.co.uk) whenever possible and in a proportional way to the nature and value of the sub-contract.

2.2.47 Conwy Council is committed to deliver as many community benefits as possible as part of the scheme. Therefore, regarding workforce initiatives, the Contractor is required as a minimum to hire one apprentice for the duration of the Works.

Also a scored quality question referring to proposed community benefits is included in the ITT.

(WA Ref:135028)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom