Notice Information
Notice Title
Instrumentation and Monitoring Services - Old Oak Common (S4) Station - HS2 - Re - Issue
Notice Description
This opportunity is for the works package of Instrumentation & Monitoring of buildings & infrastructure around the proposed Old Oak common HS2 Station. This will include NR, LU, LO and 3rd party asset monitoring and instrumentation. If you have submitted a response to our previous advertisement, you do not need to respond to this advertisement as well. Scope overview This is a package to perform instrumentation & Monitoring to both the surface and underground assets within the Old Oak Common Station site and surrounding site boundary. The purpose is to: * Establish a baseline condition to assess behaviour of assets pre-construction. * Control and provide confidence in the design and construction process. * Verify that both ground and structures are behaving as predicted. * Identify any unexpected trends, anomalies and trigger responses. * Ensure that the impact on any existing asset does not exceed predictions. * Safeguard existing assets. * Enable post-construction state to be compared with initial baseline measurements if required by design. For reference, the assets which require monitoring based on the findings of Ground Movement Asset Reports are: * Properties on Wells House Road * Existing Network Rail tracks and OLE Gantries * Crossrail Operations, Maintenance and Control Building * Crossrail tracks and other structure associated with the Crossrail depot * Existing Retaining wall between Old Oak Common Lane and the HS2 site * Existing Wells House Road gravity retaining wall * UK Power Networks Cable Tunnel * National Grid Tunnel * IEP Depot including depot building, tracks and other structures associated with the IEP depot * Ground surface above or close to significant buried utilities * New HS2 structures The indicative monitoring frequency of the listed assets will be variable, ranging from automatic, to weekly and in some instances, monthly and quarterly, depending on asset type and construction progression. Some elements of monitoring, such as Critical Rail Temperature and Track Settlement, will require real-time assessment and feedback the Employer and asset owner. It is important for respondents to this opportunity to consider their capabilities of meeting this requirement. Interested parties must be compliant with NR standards, as well as London Underground, London Overground standards for working within their managed infrastructure. This will include supply of safety critical staff. Current Main Works Programme: Monitoring and instrumentation is an emerging scope, with an estimated commencement date of April 2020. A programme of works will be issued with the Invitation to Tender to shortlisted suppliers. It is likely that there will be a requirement for monitoring presence for much of the duration of the Main Contract scope (To September 2027). Respondents to this opportunity should be advised that shortlisted applicants will be invited to tender through an external ERP system. The exact scoring criteria are currently being developed by BBVS, and shortlisted suppliers will be invited to register for the ERP system in due course. What is clear at this stage is that tenders will be scored competitively across a range of criteria, such as, but not limited to: Commercial, Programme, Methodology, HSEQ, Capability and Capacity. In 2018, Balfour Beatty, VINCI and Systra (BBVS) created a strategic alliance to deliver major infrastructure projects for HS2, in particular the Interchange at Old Oak Common. Please provide your Company Registration Number: Additional information: Please provide your Company Registration Number:
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-468b21f7-c300-42be-af87-0058a408c810
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/511de0fd-decd-47a0-9f0f-84791f97a810
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31682210 - Instrumentation and control equipment
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Jan 20206 years ago
- Submission Deadline
- 31 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Apr 2020 - 10 Jul 2026 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BALFOUR BEATTY VINCI SYSTRA JV
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WATFORD
- Postcode
- WD24 4WW
- Post Town
- Watford
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH27 South West Hertfordshire
- Delivery Location
- TLI London
-
- Local Authority
- Watford
- Electoral Ward
- Tudor
- Westminster Constituency
- Watford
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/511de0fd-decd-47a0-9f0f-84791f97a810
24th January 2020 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=47637026
Please follow this link to view the notice.
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-b5fd17-468b21f7-c300-42be-af87-0058a408c810-2020-01-24T15:40:04Z",
"date": "2020-01-24T15:40:04Z",
"ocid": "ocds-b5fd17-468b21f7-c300-42be-af87-0058a408c810",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C4N47636720",
"title": "Instrumentation and Monitoring Services - Old Oak Common (S4) Station - HS2 - Re - Issue",
"description": "This opportunity is for the works package of Instrumentation & Monitoring of buildings & infrastructure around the proposed Old Oak common HS2 Station. This will include NR, LU, LO and 3rd party asset monitoring and instrumentation. If you have submitted a response to our previous advertisement, you do not need to respond to this advertisement as well. Scope overview This is a package to perform instrumentation & Monitoring to both the surface and underground assets within the Old Oak Common Station site and surrounding site boundary. The purpose is to: * Establish a baseline condition to assess behaviour of assets pre-construction. * Control and provide confidence in the design and construction process. * Verify that both ground and structures are behaving as predicted. * Identify any unexpected trends, anomalies and trigger responses. * Ensure that the impact on any existing asset does not exceed predictions. * Safeguard existing assets. * Enable post-construction state to be compared with initial baseline measurements if required by design. For reference, the assets which require monitoring based on the findings of Ground Movement Asset Reports are: * Properties on Wells House Road * Existing Network Rail tracks and OLE Gantries * Crossrail Operations, Maintenance and Control Building * Crossrail tracks and other structure associated with the Crossrail depot * Existing Retaining wall between Old Oak Common Lane and the HS2 site * Existing Wells House Road gravity retaining wall * UK Power Networks Cable Tunnel * National Grid Tunnel * IEP Depot including depot building, tracks and other structures associated with the IEP depot * Ground surface above or close to significant buried utilities * New HS2 structures The indicative monitoring frequency of the listed assets will be variable, ranging from automatic, to weekly and in some instances, monthly and quarterly, depending on asset type and construction progression. Some elements of monitoring, such as Critical Rail Temperature and Track Settlement, will require real-time assessment and feedback the Employer and asset owner. It is important for respondents to this opportunity to consider their capabilities of meeting this requirement. Interested parties must be compliant with NR standards, as well as London Underground, London Overground standards for working within their managed infrastructure. This will include supply of safety critical staff. Current Main Works Programme: Monitoring and instrumentation is an emerging scope, with an estimated commencement date of April 2020. A programme of works will be issued with the Invitation to Tender to shortlisted suppliers. It is likely that there will be a requirement for monitoring presence for much of the duration of the Main Contract scope (To September 2027). Respondents to this opportunity should be advised that shortlisted applicants will be invited to tender through an external ERP system. The exact scoring criteria are currently being developed by BBVS, and shortlisted suppliers will be invited to register for the ERP system in due course. What is clear at this stage is that tenders will be scored competitively across a range of criteria, such as, but not limited to: Commercial, Programme, Methodology, HSEQ, Capability and Capacity. In 2018, Balfour Beatty, VINCI and Systra (BBVS) created a strategic alliance to deliver major infrastructure projects for HS2, in particular the Interchange at Old Oak Common. Please provide your Company Registration Number: Additional information: Please provide your Company Registration Number:",
"datePublished": "2020-01-24T15:40:04Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 2600000,
"currency": "GBP"
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"tenderPeriod": {
"endDate": "2020-01-31T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-04-02T00:00:00+01:00",
"endDate": "2026-07-10T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/511de0fd-decd-47a0-9f0f-84791f97a810",
"datePublished": "2020-01-24T15:40:04Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Please follow this link to view the notice.",
"url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=47637026"
}
]
},
"parties": [
{
"id": "GB-CFS-130527",
"name": "Balfour Beatty VINCI Systra JV",
"identifier": {
"legalName": "Balfour Beatty VINCI Systra JV"
},
"address": {
"streetAddress": "Astral House Imperial Way",
"locality": "Watford",
"postalCode": "WD244WW",
"countryName": "UK"
},
"contactPoint": {
"name": "Manish Tailor",
"email": "supplychain@bbvsjv.com",
"telephone": "07738982498"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-130527",
"name": "Balfour Beatty VINCI Systra JV"
}
}