Notice Information
Notice Title
Bridge Works
Notice Description
High Speed 2 (HS2) is the new High-Speed Rail Network running between London in the South and Manchester and Leeds to the North. Skanska Construction UK Ltd, Costain Ltd, STRABAG AG (SCS) have been awarded the two Main Works Civils Contracts (MWCC) - S1 and S2 tunnels. S1 includes two 9 km twin bored tunnels between the new HS2 stations, Euston and Old Oak Common. S2 continues from Old Oak Common with 15 km of twin bored tunnels to West Ruislip where there is approximately 5 km of open route before transitioning into C1 lot (managed by Others). SCS's scope will include the full design of all Main Civil Works for the Lots S1 and S2 of HS2. The Project is split down into three areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip). This opportunity currently relates to works that will occur in Area West, which extends from West Ruislip to Old Oak Common, although there may be the possibility to extend the scope to cover Area Central and Area East at a later date once requirements have ascertained. Buildings, bridges and other assets along the route of the tunnels need to be prepared for the tunnel boring machines (TBMs) to be driven through underground and remediated/repaired afterwards in the event of damage as a result of movement and the like. The specific scope for this opportunity is: The provision of all management, supervision, labour, plant, materials, equipment and consumables (including fuels) necessary to carry out and complete the design, supply, delivery, installation, maintenance, testing and commissioning of the Bridge work consisting of: General Items: * Assessment and design of solutions for permanent works as may be required including associated drawings, calculations and P.I. insurance. * Design and provision of any necessary temporary works required including the associated drawings, calculations and P.I. insurance. * All necessary access provisions and equipment. * Coordination and integration with other trades and subcontractors to properly complete the works. * Necessary expertise, experience, assurances and approvals relating to working in Network Rail, London Underground and Highways environments. * Capability for the fabrication/manufacture of works off-site. * Assistance and support in the preparation for, and acquisition of, any required licenses, consents, approvals and permissions. * BIM capability is preferable although not critical. Bridge Works includes: * Supply of the Hydraulic Jacking Frames and associated materials required to construct the approved design solution. * Installation of the Hydraulic Jacking Frame solution. * Commission, maintenance and removal of the hydraulic jacking frames. * Bearing(s) replacement. * Supply of the materials to construct the approved structural strengthening design solution. * Installation of the structural strengthening design solution. * Provision of input to provide assessment and production of the detailed design inclusive of relevant CAT2/CAT3 checks. * Production of detailed fabrication and shop drawings. When selecting a supplier SCS look for alignment of values, behaviours and cultures, between ourselves and our supply chain. SCS and HS2 have aligned their values to the following: * Safety * Integrity * Leadership * Respect Please refer to HS2 supplier guide. ( https://www.gov.uk/government/publications/hs2-supplier-guide) In order to achieve a successful project outcome we have published a manifesto of our guiding principles, which include: * Making HS2 affordable * Delivering on promises * We build with people in mind * Delivering more than a railway * Achieving more together * Creative and challenging Successfully shortlisted supplier's will be those with verifiable experience, the appropriate capability and resources to deliver the scope of works. During this stage supplier's may then be invited to the project to formally demonstrate their experience and capabilities. As an alternative phone/webinar interviews may be conducted. Shortlisted suppliers will be sent a Prequalification Questionnaire (PQQ) request. Suppliers successfully selected through the prequalification will be invited to provide a formal competitive tender for the services. The Invitation to Tender (ITT) and final selection will be based upon a balanced scorecard, requiring suppliers to demonstrate their ability to work with the projects values and behaviours in mind, whilst proving their capabilities and competence, through qualitive and quantative evidence. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract for Section 1 and Section 2 of the planned HS2 route. Not only have the individual companies delivered high speed rail, major infrastructure and some of the most iconic structures internationally, the joint venture also has a proven record of working together. Skanska and Costain have a long history of successfully delivering civil engineering projects together in the UK, dating back 30 years. In joint venture they have delivered many major infrastructure projects, including the M25 in the 1980s, High Speed 1 in the early 2000s and the current Crossrail endeavor coming to completion under the streets of London. STRABAG and Skanska have worked together for over 15 years on European projects in Switzerland, Slovakia and Norway. As a joint venture, we are bringing together our collective strength to deliver world-class engineering, contributing to the long term economic growth of local and international markets. This is perfectly encapsulated in our mission; to draw everyone together to create a strong foundation from which to launch a transformative legacy.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7c6aaac4-5a90-428a-9120-9d3187276432
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
44212120 - Structures of bridges
45221100 - Construction work for bridges
45221110 - Bridge construction work
45221111 - Road bridge construction work
45221112 - Railway bridge construction work
45221113 - Footbridge construction work
71322300 - Bridge-design services
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jul 20223 years ago
- Submission Deadline
- 16 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Feb 20224 years ago
- Contract Period
- 6 Dec 2021 - 31 Dec 2023 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCS 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
- LONDON
- Postcode
- WC1B 4DA
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLI London
-
- Local Authority
- Camden
- Electoral Ward
- Bloomsbury
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7c6aaac4-5a90-428a-9120-9d3187276432
14th July 2022 - Awarded contract notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=57280968
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-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d-2022-07-14T10:10:08+01:00",
"date": "2022-07-14T10:10:08+01:00",
"ocid": "ocds-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C4A57280947",
"title": "Bridge Works",
"description": "High Speed 2 (HS2) is the new High-Speed Rail Network running between London in the South and Manchester and Leeds to the North. Skanska Construction UK Ltd, Costain Ltd, STRABAG AG (SCS) have been awarded the two Main Works Civils Contracts (MWCC) - S1 and S2 tunnels. S1 includes two 9 km twin bored tunnels between the new HS2 stations, Euston and Old Oak Common. S2 continues from Old Oak Common with 15 km of twin bored tunnels to West Ruislip where there is approximately 5 km of open route before transitioning into C1 lot (managed by Others). SCS's scope will include the full design of all Main Civil Works for the Lots S1 and S2 of HS2. The Project is split down into three areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip). This opportunity currently relates to works that will occur in Area West, which extends from West Ruislip to Old Oak Common, although there may be the possibility to extend the scope to cover Area Central and Area East at a later date once requirements have ascertained. Buildings, bridges and other assets along the route of the tunnels need to be prepared for the tunnel boring machines (TBMs) to be driven through underground and remediated/repaired afterwards in the event of damage as a result of movement and the like. The specific scope for this opportunity is: The provision of all management, supervision, labour, plant, materials, equipment and consumables (including fuels) necessary to carry out and complete the design, supply, delivery, installation, maintenance, testing and commissioning of the Bridge work consisting of: General Items: * Assessment and design of solutions for permanent works as may be required including associated drawings, calculations and P.I. insurance. * Design and provision of any necessary temporary works required including the associated drawings, calculations and P.I. insurance. * All necessary access provisions and equipment. * Coordination and integration with other trades and subcontractors to properly complete the works. * Necessary expertise, experience, assurances and approvals relating to working in Network Rail, London Underground and Highways environments. * Capability for the fabrication/manufacture of works off-site. * Assistance and support in the preparation for, and acquisition of, any required licenses, consents, approvals and permissions. * BIM capability is preferable although not critical. Bridge Works includes: * Supply of the Hydraulic Jacking Frames and associated materials required to construct the approved design solution. * Installation of the Hydraulic Jacking Frame solution. * Commission, maintenance and removal of the hydraulic jacking frames. * Bearing(s) replacement. * Supply of the materials to construct the approved structural strengthening design solution. * Installation of the structural strengthening design solution. * Provision of input to provide assessment and production of the detailed design inclusive of relevant CAT2/CAT3 checks. * Production of detailed fabrication and shop drawings. When selecting a supplier SCS look for alignment of values, behaviours and cultures, between ourselves and our supply chain. SCS and HS2 have aligned their values to the following: * Safety * Integrity * Leadership * Respect Please refer to HS2 supplier guide. ( https://www.gov.uk/government/publications/hs2-supplier-guide) In order to achieve a successful project outcome we have published a manifesto of our guiding principles, which include: * Making HS2 affordable * Delivering on promises * We build with people in mind * Delivering more than a railway * Achieving more together * Creative and challenging Successfully shortlisted supplier's will be those with verifiable experience, the appropriate capability and resources to deliver the scope of works. During this stage supplier's may then be invited to the project to formally demonstrate their experience and capabilities. As an alternative phone/webinar interviews may be conducted. Shortlisted suppliers will be sent a Prequalification Questionnaire (PQQ) request. Suppliers successfully selected through the prequalification will be invited to provide a formal competitive tender for the services. The Invitation to Tender (ITT) and final selection will be based upon a balanced scorecard, requiring suppliers to demonstrate their ability to work with the projects values and behaviours in mind, whilst proving their capabilities and competence, through qualitive and quantative evidence. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract for Section 1 and Section 2 of the planned HS2 route. Not only have the individual companies delivered high speed rail, major infrastructure and some of the most iconic structures internationally, the joint venture also has a proven record of working together. Skanska and Costain have a long history of successfully delivering civil engineering projects together in the UK, dating back 30 years. In joint venture they have delivered many major infrastructure projects, including the M25 in the 1980s, High Speed 1 in the early 2000s and the current Crossrail endeavor coming to completion under the streets of London. STRABAG and Skanska have worked together for over 15 years on European projects in Switzerland, Slovakia and Norway. As a joint venture, we are bringing together our collective strength to deliver world-class engineering, contributing to the long term economic growth of local and international markets. This is perfectly encapsulated in our mission; to draw everyone together to create a strong foundation from which to launch a transformative legacy.",
"datePublished": "2021-08-10T08:20:06+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "45221111",
"description": "Road bridge construction work"
},
{
"scheme": "CPV",
"id": "45221100",
"description": "Construction work for bridges"
},
{
"scheme": "CPV",
"id": "45221110",
"description": "Bridge construction work"
},
{
"scheme": "CPV",
"id": "45221113",
"description": "Footbridge construction work"
},
{
"scheme": "CPV",
"id": "71322300",
"description": "Bridge-design services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 1000000,
"currency": "GBP"
},
"value": {
"amount": 2500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2021-08-16T13:38:00+01:00"
},
"contractPeriod": {
"startDate": "2021-12-06T00:00:00Z",
"endDate": "2023-12-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works"
},
"parties": [
{
"id": "GB-CFS-154987",
"name": "SCS JV",
"identifier": {
"legalName": "SCS JV"
},
"address": {
"streetAddress": "Victoria House, Bloomsbury Square",
"locality": "London",
"postalCode": "WC1B 4DA",
"countryName": "UK"
},
"contactPoint": {
"name": "Andrew Smith",
"email": "andrew.smith1@scsrailways.co.uk",
"telephone": "07817520144"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-174183",
"name": "Freyssinet Limited",
"identifier": {
"legalName": "Freyssinet Limited"
},
"address": {
"streetAddress": "Innovation House, Euston Way, Town Centre Telford TF34LT"
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-176538",
"name": "VolkerLaser Ltd",
"identifier": {
"legalName": "VolkerLaser Ltd"
},
"address": {
"streetAddress": "The Lodge, Blackpole Road Worcester WR49FH"
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-213081",
"name": "J Coffey Construction Limited",
"identifier": {
"legalName": "J Coffey Construction Limited"
},
"address": {
"streetAddress": "93 - 95 Greenford Road Harrow HA1 3QF"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-154987",
"name": "SCS JV"
},
"awards": [
{
"id": "ocds-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d-1",
"status": "active",
"date": "2022-02-07T00:00:00Z",
"datePublished": "2022-07-14T10:10:08+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-174183",
"name": "Freyssinet Limited"
}
],
"contractPeriod": {
"startDate": "2021-12-06T00:00:00Z",
"endDate": "2023-12-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7c6aaac4-5a90-428a-9120-9d3187276432",
"datePublished": "2022-07-14T10:10:08+01:00",
"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=57280968"
}
]
},
{
"id": "ocds-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d-2",
"status": "active",
"date": "2022-02-07T00:00:00Z",
"datePublished": "2022-07-14T10:10:08+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-176538",
"name": "VolkerLaser Ltd"
}
],
"contractPeriod": {
"startDate": "2021-12-06T00:00:00Z",
"endDate": "2023-12-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7c6aaac4-5a90-428a-9120-9d3187276432",
"datePublished": "2022-07-14T10:10:08+01:00",
"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=57280968"
}
]
},
{
"id": "ocds-b5fd17-5b26928e-2d3a-4fd9-94fe-65599b4bf39d-3",
"status": "active",
"date": "2022-02-07T00:00:00Z",
"datePublished": "2022-07-14T10:10:08+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-213081",
"name": "J Coffey Construction Limited"
}
],
"contractPeriod": {
"startDate": "2021-12-06T00:00:00Z",
"endDate": "2023-12-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7c6aaac4-5a90-428a-9120-9d3187276432",
"datePublished": "2022-07-14T10:10:08+01:00",
"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=57280968"
}
]
}
]
}