Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fit out of YMCA Buildings, Taff St, Pontypridd, Rhondda Cynon Taff, CF37 4TS

  • First published: 04 January 2023
  • Last modified: 04 January 2023

Contents

Summary

OCID:
ocds-kuma6s-127733
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
04 January 2023
Deadline date:
16 January 2023
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The refurbishment of part of the YMCA Buildings, Taff St, Pontypridd, Rhondda Cynon Taff, CF37 4TS . The works will consist of: - • Softstrip • Supply & Install floor coverings • Supply & install ceilings • Supply & install Partitions / Wall Lining / Doors Sets • Supply & install Timber Skirting Works • Tape & jointing • Internal decoration • Electrical/ small power • Voice & Data • Access Control System / Panic Alarms / Camera System /Security Alarm • Fire Alarm • Fire Signage • Lighting • Ventilation • Tea Point • Glazed Manifestation • Tiling • Disabled Toilet Pack The Technical questions and outline schedule of refurbishment are attached, please make sure to complete these documents

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Careers Wales

Unit 4 Churchill House, 17 Churchill Way,

CARDIFF

CF10 2HH

UK

Paul Powell

+44 3001323833


http://www.careerswales.gov.wales
www.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Careers Wales

Unit 4 Churchill house, 17 Churchill Way,

CARDIFF

CF10 2HH

UK


+44 3001323833


http://www.careerswales.gov.wales

1.3

Completed documents must be returned to:


Careers Wales

Unit 4 Churchill House, 17 Churchill Way,

CARDIFF

CF10 2HH

UK


+44 3001323833


http://www.careerswales.gov.wales

2 Contract Details

2.1

Title

Fit out of YMCA Buildings, Taff St, Pontypridd, Rhondda Cynon Taff, CF37 4TS

2.2

Description of the goods or services required

The refurbishment of part of the YMCA Buildings, Taff St, Pontypridd, Rhondda Cynon Taff,

CF37 4TS

. The works will consist of: -

• Softstrip

• Supply & Install floor coverings

• Supply & install ceilings

• Supply & install Partitions / Wall Lining / Doors Sets

• Supply & install Timber Skirting Works

• Tape & jointing

• Internal decoration

• Electrical/ small power

• Voice & Data

• Access Control System / Panic Alarms / Camera System /Security Alarm

• Fire Alarm

• Fire Signage

• Lighting

• Ventilation

• Tea Point

• Glazed Manifestation

• Tiling

• Disabled Toilet Pack

The Technical questions and outline schedule of refurbishment are attached, please make sure to complete these documents

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=127733.

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.

2.3

Notice Coding and Classification

45000000 Construction work
45100000 Site preparation work
45310000 Electrical installation work
45430000 Floor and wall covering work
45440000 Painting and glazing work
45450000 Other building completion work
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

General

The contractor is to price all elements of work detailed

in the outline schedule of refurbishment below

included with a break down of units of measure for

each activity. The drawings are indicative and all

measurements and quantities should be checked on

site at all times. Where a Qty is shown as a M2, Lm or

Sum a rate and unit measure must be included.

Included

CAR00GA00

CAR00GA01

CAR00DEM01

CAR00GA02

CAR00PT01

CAR00FF01

CAR00RCP01

CAR00WF01

CAR00WF02

CAR00DT02

CAR00DT01

CATR00PD01

CAR00RCP03

CAR00GA03

CAR00GA04

The Technical questions and outline schedule of refurbishment are attached, please make sure to complete these documents

3 Conditions for Participation

3.1

Minimum standards and qualification required

Principal Designer: To be appointed designers by the Principle contractor in line with Careers Wales requirements.

Other Consultants / Designers: To be appointed by Principle Contractor

Proposed use of structure / building: Under the Workplace (Health, Safety and Welfare) Regulation 1992 a workplace is defined as any premises or part of premises which are made available to any person as a place of work, and includes:

i. any place within the premises to which such person has access while at work; and

ii. ii. any room, lobby, corridor, staircase, road or other place used as a means of access from that place of work or where facilities are provided for use in connection with the place of work other than a public road.

The site will be deemed a workplace under the aforementioned regulations and therefore must comply with the provisions of the regulations

Existing records and plans

A list of available information relevant to this project can be found within the contract documentation. It should be noted that any record drawings and information provided by the client, project manager or design team may not be entirely accurate or provide a complete record. The principal contractor should verify the accuracy prior to commencing work.

All principal contractors who have submitted an interest to tender for the project must arrange a site visit to survey and measure the site on a date and time agreed by Careers Wales. Please note due to the current Covid 19 situation and to keep human interaction to a minimum only two persons from each principle contractor are to a attended the pre-planned site visit.

Asbestos R&D survey to be undertaken by the Principle Contractor

3. Clients consideration & Management Requirements

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 Project Manager 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 HSE

management 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 Goals

The 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 with the procedures to be followed in the event of any worker finding themselves in a position of serious and imminent danger.

Arrangements for worker engagement on site should always be tailored to the size and nature of the 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 Water,

It 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, others

Site hoarding requirement:

The Principal Contractor must take necessary steps to prevent access by unauthorised persons 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 to ensure that there is a suitable and sufficient Traffic Plan is developed to ensure that residents using the surrounding areas are not endangered by vehicle movements (e.g. deliveries, removal of 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 will require 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 work permits' will be required where welding, cutting, grinding and the use of naked flames is required. Plant, equipment or flammable materials must be covered with flame retardant materials (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 maintained both during and for a period after the hot works have ceased. The site manager would have to issue 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 also be 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.

The Technical questions and outline schedule of refurbishment are attached, please make sure to complete these documents

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    16-01-2023  Time  16:00

Estimated award date
 20-01-2023

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN  CY 

4.6

Tender Submission Postbox

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

5 Other Information

5.1

Additional Information

The works will take place within an existing building

which is occupied for the duration of the works. The

adjoining buildings are all occupied. A high standard

of behaviour and cleanliness will be expected on site.

Any operatives or sub-contractors against whom a

justifiable complaint is made will be excluded from the

building and site, the contractor being responsible for.

The works are to cause as little inconvenience as

possible to occupants and their visitors in the buildings

next door. The Contractor shall be held responsible for

any claims which may arise as a result or disregard for

this item. The next door buildings will remain in

occupation for the duration of the works.

The Technical questions and outline schedule of refurbishment are attached, please make sure to complete these documents

(WA Ref:127733)

5.2

Additional Documentation

Pontypridd Tender Technical Questions (002)
Pontypridd - Form of Agreement
Pontypridd Office Refurbishment Hazard Risk Register
Pontypridd Pre- construction information (002)
CAR00DEM01
CAR00DT01
CAR00DT02
CAR00FF01
CAR00GA01
CAR00GA02
CAR00GA03
CAR00GA04
CAR00PD01
CAR00PT01
CAR00RCP01
CAR00RCP02
CAR00RCP03
CAR00WF01
CAR00WF02
Careers Wales Pontypridd Outline Schedule Of Refurbishment

5.3

Publication date of this notice

 04-01-2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45310000 Electrical installation work Building installation work
45430000 Floor and wall covering work Building completion work
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45100000 Site preparation work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
04 January 2023
Deadline date:
16 January 2023 00:00
Notice type:
Contract Notice
Authority name:
Careers Wales
Publication date:
04 May 2023
Notice type:
Contract Award Notice
Authority name:
Careers Wales

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx42.70 KB
This file may not be accessible.
docx
docx29.52 KB
This file may not be accessible.
pdf
pdf489.92 KB
This file may not be accessible.
pdf
pdf521.95 KB
This file may not be accessible.
docx
docx14.09 KB
This file may not be accessible.
pdf
pdf53.12 KB
This file may not be accessible.
pdf
pdf497.89 KB
This file may not be accessible.
pdf
pdf407.36 KB
This file may not be accessible.
pdf
pdf378.97 KB
This file may not be accessible.
pdf
pdf350.58 KB
This file may not be accessible.
pdf
pdf398.36 KB
This file may not be accessible.
pdf
pdf545.21 KB
This file may not be accessible.
pdf
pdf651.64 KB
This file may not be accessible.
pdf
pdf400.80 KB
This file may not be accessible.
pdf
pdf390.09 KB
This file may not be accessible.
pdf
pdf388.54 KB
This file may not be accessible.
pdf
pdf401.00 KB
This file may not be accessible.
pdf
pdf78.00 KB
This file may not be accessible.
pdf
pdf61.61 KB
This file may not be accessible.
pdf
pdf328.29 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.