Tender

Ecology Services - Old Oak Common (S4) Station - HS2 Re-Issue

BALFOUR BEATTY VINCI SYSTRA JV

This public procurement record has 1 release in its history.

Tender

24 Jan 2020 at 15:40

Summary of the contracting process

The public procurement process titled "Ecology Services - Old Oak Common (S4) Station - HS2 Re-Issue" is managed by the Balfour Beatty VINCI Systra joint venture. This procurement falls under the industry category of "Surveying services" and is located in London, United Kingdom. Currently in the Tender stage, the deadline for submissions is set for 31 January 2020, with the contract period anticipated to commence on 18 February 2020, lasting until 10 July 2026. The estimated minimum contract value is £260,000, and it is open to suitably qualified ecologists with experience relevant to the requirements specified.

This tender represents a significant opportunity for businesses within the environmental consultancy and ecological services sector. Companies that specialise in ecological assessments, habitat surveys, and compliance with construction-related ecological regulations would be particularly well-suited to compete. With a collaborative approach required, involving coordination with enforcing authorities such as Natural England, firms with proven capabilities in managing ecological impacts, and those proficient in achieving BREEAM standards should consider applying to enhance their business growth through this project.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Ecology Services - Old Oak Common (S4) Station - HS2 Re-Issue

Notice Description

If you have submitted a response to our previous advertisement, you do not need to respond to this advertisement as well Scope of Service * Review all relevant ecological contract documents and requirements including but not limited to Hs2 Environmental Minimum requirements, Technical Standards, ecological surveys, etc.. * Provide area-wide advice and guidance on ecological matters including undertaking surveys, mitigation measures and achieving Net gain * Draft and maintain the project's Ecological Management plan * Develop and obtain ecological consents / licences for all work packages. * Liaison with enforcing authorities including Natural England. * Support the achievement of all relevant BREEAM Ecology credits HS2 Phase One environmental statement volume 5: ecology https://www.gov.uk/government/publications/hs2-phase-one-environmental-statement-volume-5-ecology/hs2-phase-one-environmental-statement-volume-5-ecology 1D009-EDP-EV-MAP-S004-000002 BREEAM Land use and Ecology Fig 2 post construction 1CP00-HS2-PR-ITT-000-000023 - WI2000 EandS Management P1S-HS2-EN-SPE-S004-000001 Old Oak Common (S4) - Contract Requirements Technical HS2 Ecology (No Net Loss) GIS Specification - HS2-HS2-GI-SPE-000-000005 P04 SCEW SERIES 3000 - Landscape and Ecology - HS2-HS2-CV-SPE-000-013000 P01 Technical Standard - Ecology - HS2-HS2-EV-STD-000-000017 P12 EDP WP009 OOC RIBA 2 BREEAM Land Use and Ecology - 1D009-EDP-EV-ASM-S004-000001 P01 Old Oak Common Station/ BREEAM Land Use & Ecology/ Figure 1 - Pre-construction - 1D009-EDP-EV-MAP-S004-000001 P01 London-West Midlands Environmental Statement - Environmental Minimum Requirements - Annex 1: Code of Construction Practice LWM-HS2-EV-STA-000-000107 BREEAM UK New Construction (2014): non domestic Buildings Technical Manual - HS2-BRE-SU-MAN-000-000001 Competency Suitably qualified ecologist (SQE) An individual achieving all the following items can be considered to be "suitably qualified" for the purposes of compliance with BREEAM: 1. Holds a degree or equivalent qualification (e.g. N/SVQ level 5) in ecology or a related subject. 2. Is a practising ecologist, with a minimum of three years relevant experience (within the last five years). Such experience must clearly demonstrate a practical understanding of factors affecting ecology in relation to construction and the built environment; including, acting in an advisory capacity to provide recommendations for ecological protection, enhancement and mitigation measures. Examples of relevant experience are: ecological impact assessments; Phase 1 and 2 habitat surveys and habitat restoration. 3. Is covered by a professional code of conduct and subject to peer review. Full members of the following organisations, who meet the above criteria, are deemed suitably qualified ecologists for the purposes of BREEAM: a. Chartered Institution of Water and Environmental Management (CIWEM) 2. Institute of Ecology and Environmental Management (IEEM) 3. Institute of Environmental Management and Assessment (IEMA) 4. Landscape Institute (LI) 5. The Institution of Environmental Sciences (IES) 6. Society of Biology Current Main Works Programme: Ecology Surveys is an emerging scope, with an estimated commencement date of March 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. No Documentation is included at this point. Additional information: No Documentation is included at this point.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6a956f16-bc76-4a4d-9836-d079762c9092
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/2da6cf29-d73b-4ae8-8486-0dff36159c2b
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

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71355000 - Surveying services

79311000 - Survey services

Notice Value(s)

Tender Value
£50,000 Under £100K
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
18 Feb 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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-6a956f16-bc76-4a4d-9836-d079762c9092-2020-01-24T15:40:07Z",
    "date": "2020-01-24T15:40:07Z",
    "ocid": "ocds-b5fd17-6a956f16-bc76-4a4d-9836-d079762c9092",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N47637564",
        "title": "Ecology Services - Old Oak Common (S4) Station - HS2 Re-Issue",
        "description": "If you have submitted a response to our previous advertisement, you do not need to respond to this advertisement as well Scope of Service * Review all relevant ecological contract documents and requirements including but not limited to Hs2 Environmental Minimum requirements, Technical Standards, ecological surveys, etc.. * Provide area-wide advice and guidance on ecological matters including undertaking surveys, mitigation measures and achieving Net gain * Draft and maintain the project's Ecological Management plan * Develop and obtain ecological consents / licences for all work packages. * Liaison with enforcing authorities including Natural England. * Support the achievement of all relevant BREEAM Ecology credits HS2 Phase One environmental statement volume 5: ecology https://www.gov.uk/government/publications/hs2-phase-one-environmental-statement-volume-5-ecology/hs2-phase-one-environmental-statement-volume-5-ecology 1D009-EDP-EV-MAP-S004-000002 BREEAM Land use and Ecology Fig 2 post construction 1CP00-HS2-PR-ITT-000-000023 - WI2000 EandS Management P1S-HS2-EN-SPE-S004-000001 Old Oak Common (S4) - Contract Requirements Technical HS2 Ecology (No Net Loss) GIS Specification - HS2-HS2-GI-SPE-000-000005 P04 SCEW SERIES 3000 - Landscape and Ecology - HS2-HS2-CV-SPE-000-013000 P01 Technical Standard - Ecology - HS2-HS2-EV-STD-000-000017 P12 EDP WP009 OOC RIBA 2 BREEAM Land Use and Ecology - 1D009-EDP-EV-ASM-S004-000001 P01 Old Oak Common Station/ BREEAM Land Use & Ecology/ Figure 1 - Pre-construction - 1D009-EDP-EV-MAP-S004-000001 P01 London-West Midlands Environmental Statement - Environmental Minimum Requirements - Annex 1: Code of Construction Practice LWM-HS2-EV-STA-000-000107 BREEAM UK New Construction (2014): non domestic Buildings Technical Manual - HS2-BRE-SU-MAN-000-000001 Competency Suitably qualified ecologist (SQE) An individual achieving all the following items can be considered to be \"suitably qualified\" for the purposes of compliance with BREEAM: 1. Holds a degree or equivalent qualification (e.g. N/SVQ level 5) in ecology or a related subject. 2. Is a practising ecologist, with a minimum of three years relevant experience (within the last five years). Such experience must clearly demonstrate a practical understanding of factors affecting ecology in relation to construction and the built environment; including, acting in an advisory capacity to provide recommendations for ecological protection, enhancement and mitigation measures. Examples of relevant experience are: ecological impact assessments; Phase 1 and 2 habitat surveys and habitat restoration. 3. Is covered by a professional code of conduct and subject to peer review. Full members of the following organisations, who meet the above criteria, are deemed suitably qualified ecologists for the purposes of BREEAM: a. Chartered Institution of Water and Environmental Management (CIWEM) 2. Institute of Ecology and Environmental Management (IEEM) 3. Institute of Environmental Management and Assessment (IEMA) 4. Landscape Institute (LI) 5. The Institution of Environmental Sciences (IES) 6. Society of Biology Current Main Works Programme: Ecology Surveys is an emerging scope, with an estimated commencement date of March 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. No Documentation is included at this point. Additional information: No Documentation is included at this point.",
        "datePublished": "2020-01-24T15:40:07Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71355000",
            "description": "Surveying services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79311000",
                "description": "Survey services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 260000,
            "currency": "GBP"
        },
        "value": {
            "amount": 50000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2020-01-31T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-02-18T00:00:00Z",
            "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/2da6cf29-d73b-4ae8-8486-0dff36159c2b",
                "datePublished": "2020-01-24T15:40:07Z",
                "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=47637590"
            }
        ]
    },
    "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"
    }
}