Notice Information
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
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/87d548d1-9a76-4a2d-9488-3778b0b3a923
26th March 2020 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=48407747
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-b5fd17-76819d52-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"
}
}