Tender

Welfare Cabins

EIFFAGE KIER JV HS2 MAIN CIVILS WORKS, LOTS C2 & C3

This public procurement record has 1 release in its history.

Tender

26 Mar 2020 at 10:09

Summary of the contracting process

The procurement process pertains to the provision of Welfare Cabins by Eiffage Kier JV HS2 Main Civils Works, Lots C2 & C3, located in the South East of the United Kingdom. The tender, identified as C4N48407745, is classified under the short-stay accommodation construction work category. This procurement is in the Tender stage, with key dates including a tender period that ends on 3rd April 2020 and a contract period commencing on 29th May 2020, lasting until 6th September 2024. The estimated value of the contract is between £1,000,000 and £2,500,000, and the procurement method is selective, involving a call-off from a framework agreement.

This tender presents an excellent opportunity for businesses specialising in the construction of welfare units or similar modular structures. Companies that provide energy-efficient and compliant designs, as well as those skilled in logistics related to the delivery and installation of such infrastructures, would be particularly well-suited for this competition. Small and medium-sized enterprises (SMEs) are encouraged to participate, especially those capable of innovating within the specified requirements such as self-sustaining energy sources, mobility access, and adherence to UK building regulations.

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

Welfare Cabins

Notice Description

Expressions of interest are required for Companies who can provide welfare units matching the following requirements. 1. To be 2.59m in height. 2. Not to exceed 9m (30ft) in length unless agreed otherwise. Preference is that units would be 6.1m (20ft) in length. This is to allow EK fleet to move infrastructure. 3. Units to have ISO 1161 Corner Castings1. 4. Blue Collar 5/95 female/male split (estimated). 5. Self-contained anti-vandal steel unit with window shutters. Configurations to include options of: WC only. WC, Canteen and Drying room. Canteen only. Drying Room/Changing Room only. Pricing to include cost for fixed furnishings and movable furnishings. 6. WC's have a flush volume of 4.5 litres or less. WC's dual flush volumes. o 6 litres full flush. o 3 litres half flush. Urinals 3 litres/bowl/hour or less or hydraulic valves are fitted to each urinal. Wash hand basins are 5l/min with self-closing mechanism. 7. Fire access/egress and safety systems to be provided in accordance with UK building regulations and Kier SHEMS. Please see accompanying documentation. 8. Energy Performance Certificate with ability to record carbon emissions. 9. Demonstrate compliance with Approved Document L2A provided through Building Control Officer with a SBEM calculation. 10. Nominal structural ceiling height 2.5m throughout. 11. Nominal floor loading 4kN/m2 throughout. 12. Thermal insulation. 13. Design, Delivery, Installation & Siteworks: Design of Semi-Permanent Infrastructure based on standards and specifications provided. Delivery to site. Site preliminaries. Installation of modules. Crane hire (If required). 14. Detachable ramp and handrail to enable mobility access option. 15. Weight not to exceed 12t. 16. Water tank to support unit if applicable. Provision for Grey water/ rain water recycling for toilet flushing. 17. Fuel tank to support unit if applicable. 18. Waste tank to support unit if applicable. 19. Self-sustaining power source: Generator/Sustainable/Combination. 20. Slip resistant floor finishing. 21. External windows to contain clear glazing with PVC double glazed window frame. 22. All windows to be openable with restrictors that can be de-restricted. 23. LED light fittings. 24. Double switched socket outlets. 25. Heater(s). 26. Downflow heaters/Air Conditioning Unit. Expressions of Interest are required for this opportunity. A tender will be issued to relevant parties based on a Cost and Quality bid Refer to the EKJV Website

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-76819d52-b108-49f2-865a-f4f6a980f6fe
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/87d548d1-9a76-4a2d-9488-3778b0b3a923
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
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

45 - Construction work


CPV Codes

45212413 - Short-stay accommodation construction work

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
26 Mar 20205 years ago
Submission Deadline
3 Apr 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
28 May 2020 - 6 Sep 2024 4-5 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
EIFFAGE KIER JV HS2 MAIN CIVILS WORKS, LOTS C2 & C3
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B3 2DT
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLJ South East (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Further Information

Notice Documents

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-b5fd17-76819d52-b108-49f2-865a-f4f6a980f6fe-2020-03-26T10:09:57Z",
    "date": "2020-03-26T10:09:57Z",
    "ocid": "ocds-b5fd17-76819d52-b108-49f2-865a-f4f6a980f6fe",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N48407745",
        "title": "Welfare Cabins",
        "description": "Expressions of interest are required for Companies who can provide welfare units matching the following requirements. 1. To be 2.59m in height. 2. Not to exceed 9m (30ft) in length unless agreed otherwise. Preference is that units would be 6.1m (20ft) in length. This is to allow EK fleet to move infrastructure. 3. Units to have ISO 1161 Corner Castings1. 4. Blue Collar 5/95 female/male split (estimated). 5. Self-contained anti-vandal steel unit with window shutters. Configurations to include options of: WC only. WC, Canteen and Drying room. Canteen only. Drying Room/Changing Room only. Pricing to include cost for fixed furnishings and movable furnishings. 6. WC's have a flush volume of 4.5 litres or less. WC's dual flush volumes. o 6 litres full flush. o 3 litres half flush. Urinals 3 litres/bowl/hour or less or hydraulic valves are fitted to each urinal. Wash hand basins are 5l/min with self-closing mechanism. 7. Fire access/egress and safety systems to be provided in accordance with UK building regulations and Kier SHEMS. Please see accompanying documentation. 8. Energy Performance Certificate with ability to record carbon emissions. 9. Demonstrate compliance with Approved Document L2A provided through Building Control Officer with a SBEM calculation. 10. Nominal structural ceiling height 2.5m throughout. 11. Nominal floor loading 4kN/m2 throughout. 12. Thermal insulation. 13. Design, Delivery, Installation & Siteworks: Design of Semi-Permanent Infrastructure based on standards and specifications provided. Delivery to site. Site preliminaries. Installation of modules. Crane hire (If required). 14. Detachable ramp and handrail to enable mobility access option. 15. Weight not to exceed 12t. 16. Water tank to support unit if applicable. Provision for Grey water/ rain water recycling for toilet flushing. 17. Fuel tank to support unit if applicable. 18. Waste tank to support unit if applicable. 19. Self-sustaining power source: Generator/Sustainable/Combination. 20. Slip resistant floor finishing. 21. External windows to contain clear glazing with PVC double glazed window frame. 22. All windows to be openable with restrictors that can be de-restricted. 23. LED light fittings. 24. Double switched socket outlets. 25. Heater(s). 26. Downflow heaters/Air Conditioning Unit. Expressions of Interest are required for this opportunity. A tender will be issued to relevant parties based on a Cost and Quality bid Refer to the EKJV Website",
        "datePublished": "2020-03-26T10:09:57Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45212413",
            "description": "Short-stay accommodation construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2020-04-03T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-05-29T00:00:00+01:00",
            "endDate": "2024-09-06T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/87d548d1-9a76-4a2d-9488-3778b0b3a923",
                "datePublished": "2020-03-26T10:09:57Z",
                "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=48407747"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-118438",
            "name": "Eiffage Kier JV HS2 Main Civils Works, Lots C2 & C3",
            "identifier": {
                "legalName": "Eiffage Kier JV HS2 Main Civils Works, Lots C2 & C3"
            },
            "address": {
                "streetAddress": "Floor 5, 19 Cornwall Street",
                "locality": "Birmingham",
                "postalCode": "B3 2DT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Chris Read",
                "email": "supplychainenquiries@eiffagekier-hs2.team",
                "telephone": "07792825436"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-118438",
        "name": "Eiffage Kier JV HS2 Main Civils Works, Lots C2 & C3"
    }
}