M o o r s f o r t h e F u t u r e P a r t n e r s h i p . T h e Mo o r l a n d C e n t r e . F i e l d h e a d . E d a l e . H o p e Va l l e y. D e r b ys h i r e . S 3 3 7 Z A David Hargreaves
Moors for the Future
Countryside Ranger’s Office Clegg Nook Cragg Road, Mytholmroyd HX7 5HR Tel: 07917392812 David.hargreaves@peakdistrict.gov.uk Dear Contractor,
Tender request: Airlifting of bags (“Bags”) of Heather Brash (“the Works”)
Under the Brash Airlifting Framework agreement “Brash Airlifting Works 2012/ 2013 – Moors for the Future”. You are requested to tender a price for Airlifting Brash on to Manor of
Rochdale Commons, Langfield Common and Rishworth (“the Site”).
There are 830 Bags to be delivered to Blackstone Edge Common (three airlifting points),
230 Bags to Butterworth Common (three airlifting points in total), 144 Bags to airlift on to Langfield Common (1 airlifting point), 500 Bags to airlift to Rishworth (1 airlifting point) and 42 Bags to airlift on to Walsden Common (1 airlifting point) between 2ndt January
2014 and 28th February 2014 (the “Contract Period”). The Works will be carried out in the
approximate areas shown on the maps attached (“the Work Areas”).
N.B. Some airlift sites will serve more than one Work Areas
The approximate distances to the Work Areas from the proposed Lift Sites is shown on the attached maps. Such information is indicative and should not be replied upon.The Contractor is expected to satisfy itself as to the distances.
1. Tender Procedure
1.1. Tender Return Date:
Please can you complete and return this Tender by 12noon Friday 6th December
2013. A decision will be made by the 13th December 2013.
1.2. The tender return must be signed and returned by email directly to, and only to, The Chief Financial Offer of the Peak District National Park Authority.
Philip.Naylor@Peakdistrict.gov.uk
The tender return must comply with Section 2 of the Framework Agreement (Information on Submitting a Tender)
1.3. Please complete the tables below
Information
Contact name Company Name & Address Contact details
Itemised Costs:
General Items and Preliminaries:-
Work Required
Unit
Quantity Rates
Total Cost £’s
(ex VAT)
Items Contractual Requirements
1
Insurance against damage to persons or
property (£10,000,000).
Item
1
Specific Requirements
2
Positioning Fee
Item
1
3
Cost per Hour flying (please calculate
number of hours to complete the job)
Hour
4
Accommodation & Subsistence cost per
day (please calculate number of days
accommodation required to complete the
job)
Per
day
5
Cost of crew per day. (please calculate
number of crew days required to complete
the job)
Per
day
Total
Additional Information for indicative
purposes only: Please specify
A
Unit Cost of Fuel (Indicative Cost only: see
Section 3 Part C Clause 5
)
Litre
1
n/a
B
Maximum lift weight of a single load.
Kg
n/a
n/a
C
Estimated number of flying days to lift
1746 bags
Day
n/a
n/a
C1
Lift site A
(Walsden Common, Langfield
& Blackstone Edge Common North (North
of power lines)) estimated length of time to
airlift 271 lift bags.
Hrs
C2
Lift site B
(Blackstone Edge North (South
of power lines)) estimated length of time to
airlift 270 bags.
Hrs
C3
Lift site C
(Blackstone Edge South and
Butterworth Common North) estimated
length of time to airlift 637 lift bags.
Hrs
C4
Lift site D
(Butterworth Common
Southwest) estimated length of time to
airlift 24 lift bags.
Hrs
C5
Lift site E
(Butterworth Southwest &
Rishworth Commons) estimated length of
time to airlift 544 lift bags.
Hrs
C6
Lift Site C
(to Blackstone Edge South) up
to 3 geojute bales plus 5000 staples )
Hrs
D
Re-Positioning Fee (if instructed to leave
the job and come back to complete at a
later time)
Item
1
1.4. The Works are to be awarded within the existing Framework Agreement (“
Brash
Airlifting Works 2012/2013 – Moors for the Future (MFF)”
. One or more of the Framework Contractors shall be awarded a contract or purchase order for the Works. If applicable, a Framework Contractor will be required to promptly execute and return to the Authority a signed contract incorporating this Invitation to Tender, tender return, the Standard Conditions referred to below, the Framework Agreement and any variations.1.5. The tenderer is assumed to have carried out all enquiries and inspections necessary before replying to this request.
1.6. The Authority is not obliged to accept the lowest tender rate and the tender will be evaluated on the rates submitted, availability and quality.
1.7. The tender return is valid and binding for 30 days from the date of the tender return.
2. Work Period
The Work Period will commence from the week beginning the 6th January 2014. This may be
subject to change depending on the availability of supply of Brash. The dates shall be confirmed in advance by the Nominated Officer.
3. Works Specification
3.1. Bags may be flown up in pairs (the number of Bags per lift is dependent upon the lift capacity of each individual machine, but is it required that each hook is to have a
maximum of two Bags on the hook). Such decision is at the discretion of the
Contractor. The exact location of the Drop Sites will be identified to the Contractor by Authority personnel (the Nominated Officer) at the Work Areas prior to the commencement of each day that the Works are undertaken.
It is the responsibility of the Contractors to ensure they have the required Equipment to complete the Works. The Contractor must be capable of getting the Equipment required to the Lift Site.
3.2. For the avoidance of doubt the Contract shall only relate to Works confirmed by the Authority by way of a Purchase Order Form.
3.3. Confirmed Lift Site A Information: for airlifts to Walsden Common & Langfield
& Blackstone Edge North (North of Power Lines) (Grid Ref: SD 96129, 20352) 3.3.1. Location Maps and Plans relevant to the Lift Site are contained within
Annexure 1 – Location Maps and Plans
3.3.2. The Lift Site is accessed from the B6318 Turvin Road.
3.3.3. The track from the B6318 to the Lift Site is part of the United Utilities holding
and is also Open Access under the CROW Act 2000 and is open to the public. Care must be taken to ensure that the track remains open at all times and that members of the public are kept safe.
3.3.4. The access route from the B6318 to the Lift Site is surfaced with aggregate. It is suitable for vehicles but not for large lorries.
3.3.5. The Lift Site must not be accessed during any Restricted Dates provided by the Nominated Officer in advance.
3.3.6. The Lift Site is to be kept in a neat and tidy condition commensurate with its use as a temporary lift site within a SSSI area.
3.3.7. The Nominated Officer shall give instructions to the Contractor before the Works Commencement Date as to extent of land at the relevant Lift Site that can be used in connection with the Deliveries and Works (including, if applicable provision of a copy of any permissions granting use of the Lift Sites). The Contractor must comply with these instructions and any conditions contained in any permission (including any conditions of any landowner, tenant or United Utilities) and ensure that all sub-contractors are notified of the same.
3.3.8. The Contractor shall not damage or permit damage of any Lift Site or access tracks. In the event of any damage, the Contractor shall procure that the same is reinstated to the absolute satisfaction of the Nominated Officer within 1 month of
the last lift from the relevant Lift Site or by the 31st March 2014, whichever is
soonest.
3.3.9. Contractor access is to be restricted to daylight hours only during the Contract Period. The Contractor should liaise with the Nominated Officer at least 48hrs before requiring initial access to any Lift Site, in order that the landowner, tenant and other stakeholders can be advised.
3.4. Confirmed Lift Site B Information : for airlifts to Blackstone Edge Common
North (Grid Ref: SD 96615, 18213)
3.4.1. Location Maps and Plans relevant to the Lift Site are contained within
Annexure 2 – Location Maps and Plans
3.4.2. Paragraphs 3.3.2 to 3.3.9 apply to this lift site also.
3.5. Confirmed Lift Site C information: for lift site to Blackstone Edge Common South and Butterworth Common North. (Grid Ref SD 99158 15401)
3.5.1. Location Maps and Plans relevant to this site are contained with
Annexure 3 – Location Maps and Plans.
3.5.2. The Lift Site is accessed from the A672 just north of Junction 22 of the M62
3.5.3. The track from the A672 to the Lift Site is part of the Yorkshire Water’s
holding and is also Open Access under the CROW Act 2000 and is open to the public. Care must be taken to ensure that the track remains open at all times and that members of the public are kept safe.
3.5.4. The access route from the A672 to the Lift Site is surfaced with aggregate. It is suitable for vehicles but not for large lorries.
3.5.5. Paragraphs 3.3.5 to 3.3.9 apply to this Lift Site also (save that any reference to United Utilities shall be deemed to refer to Yorkshire Water)..
3.6. Confirmed Lift Site D information: for lift site to Butterworth Common South (West) Grid Ref SD 98226 14362
3.6.1. Location Maps and Plans relevant to these site are contained with Annexure 4 – Location Maps and Plans
3.6.2. The Lift Site is accessed from the A672 just south of J22 of the M62 3.6.3. The track to the Lift Site is open access under the CROW Act 2000 and is
open to the public. It is also on the Trans Pennine Trail and care must be taken to ensure that the track remains open at all times and that members of the public are kept safe.
3.6.4. The access route from the A672 to the Lift Site is surfaced with aggregate. It is suitable for vehicles but not for large lorries
3.7. Confirmed Lift Site E information: for lift site to Butterworth Common South (East) and Rishworth Common Grid Ref SE 00405 13291
3.7.1. Location Maps and Plans relevant to these sites are contained with Annexure
5 – Location Maps and Plans
3.7.2. The Lift Site is accessed from the A640 Huddersfield Road 3.7.3. Paragraphs 3.3.5 to 3.3.9 apply to this Lift Site also.
4. Detailed Conditions
4.1. Environmental Requirements:
4.1.1. All works to be undertaken by the contractor must comply with the codes of practice for Operations on Sites of Special Scientific Interest, Water Catchment Land, Environment Agency Regulations, Regulations issued by Dept. Of Environment, DEFRA and all current Health and Safety
Regulations.
4.2. Health and Safety
4.2.1. The contractor will be responsible for health and safety during the Works Period.
4.2.2. Method statements (including operational risks assessments) must be submitted with the tender return. These must be approved by the Nominated Officer. Failure to submit method statements and risk assessments may result in the disqualification of the tender.
4.2.3. Copies of Site risk assessments for the Site will be required before the commencement of the Works.
4.2.4. The Contractor is to provide his own welfare facilities for the duration of the Works.
4.2.5. Health and Safety Plan:
4.2.5.1. The contractor is to submit to the Nominated Officer with its tender
return a copy of its health and safety policy, issued to his employees. This will form part of the site safety plan.
4.2.5.2. The risk assessment will also form part of the site safety plan.
4.2.5.3. Before commencing the Works the contractor will submit any
alterations to the method statements that may be necessary, for the
approval of the Nominated Officer. The contractor’s health & safety plan will be subject to the Nominated Officers approval, prior to the commencement of the Works.
4.2.6. Potential Hazards Associated with the Works
4.2.6.1. The Contractor should identify all potential hazards associated with the
Works and how they shall be mitigated within the risk assessments and method statements with the tender return. Hazards should be considered in terms of:
1. The Site(s) and any other locations utilised during the Works; 2. Works(s) and operations and activities undertaken when
delivering the Works and the potential impacts of these on the Site(s) and the users;
3. Users, any and all individuals, groups, organisations and companies that may have reason to visit the Site on which the Works are being undertaken.
4.3 Materials
All Brash and Bags will be provided by the Authority and remain the property of the Authority.
4.4 Insurance
The contractor (and any sub-contractors) shall be required to maintain and provide evidence of insurance in accordance with the Standard Conditions in the sum of £10,000,000 (Ten million pounds).
4.5 Team supervision and management
The contractor shall ensure that a dedicated foreman is assigned to the Works for the entire Works to ensure continuity of management and consistent delivery of the Works. The identity of the foreman will be notified to the Nominated Officer on or before the commencement of the Works. The contractor shall not change the foreman without the prior approval of the Nominated Officer.
4.6 Standard Conditions
The contractor shall comply with the Authority's Standard Conditions - a copy of which can be found with your original tender documentation.
Regards,
David Hargreaves
David HargreavesProject Manager South Pennine Commons Countryside Ranger’s Office
Cragg Nook Clegg Road Mytholmroyd HX7 5NH 07917392812 David.hargreaves@peakdistrict.gov.uk
Annexure 1 - Maps