Notice Information
Notice Title
HS2 Main Works S1 & S2 - WP148.3_Noise Barriers (Precast installation & FRC torsion beams)
Notice Description
The scope of the subcontract works for this package is the installation of the free issue precast reinforced-concrete noise barriers, which are to be manufactured and supplied by the precast concrete manufacturer engaged by SCS JV, as well as the construction of the Formwork Reinforced Concrete (FRC) torsion beams, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.). This is required for the proposed noise barrier structure to be installed as part of the works it is undertaking on behalf of HS2 for the S1 and S2 sectors of the main civil engineering tranche of HS2 Phase One. The proposed noise barrier structure is c.1.5km in length and is to be installed either side of the HS2 trace along the West Ruislip Retained Embankment (including the Breakspear Road South and River Pinn Underbridges) and the Gatemead Embankment. It is SCS JV's preference to engage a specialist precast concrete installer to install the precast reinforced-concrete noise barriers into position, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.), whereby it is understood that the FRC works relating to the construction of the torsion beams may either be delivered directly by the specialist precast concrete installer or subsubcontracted to an FRC subsubcontractor. To assist you in determining whether or not this opportunity is of interest to your company, please find attached the following: - Noise Barrier - Construction Sequence - 20-7-21 (The subcontract works for this package will comprises Stages 6-9 (both inclusive)). - Ruislip Noise Barriers Architectural Drawing Sections, axonometrics and visualisation (1MC04-SCJ_SDH-AR-DPH-SS05_SL07-869000 rev P02). - Specification and SCEW Appendices - Noise Barriers S2 (1MC04-SCJ_SDH-DS-SPE-SS05_SL07-000008 rev C02.2). - (General Plan) Ruislip Noise Barriers, Engineering Structural Drawing, General Plan, Ruislip Noise Barriers (1MC04-SCJ_SDH-ST-DSO-SS05_SL07-865001 rev P03). - (Typical example of setting out drawing for south side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 3 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860103 rev P02). - (Typical example of setting out drawing for north side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 8 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860108 rev P02). PLEASE REFRAIN FROM RESPONDING TO THIS OPPORTUNITY UNLESS YOU HAVE READ IT IN FULL AND HAVE THE CAPABILITIES / EXPERTISE TO UNDERTAKE WHAT IS REQUIRED, TAKING INTO CONSIDERATION THE COMPLEXITY. Following responses to this opportunity, the supply chain will be shortlisted accordingly. Those that are successful will be invited to prequalify in order to receive a tender enquiry for this package. Prequalification will consist of 'business assurance', which will focus on the supply chain's capability, competence and capacity to work with SCS JV, and (potentially) technical assurance, which provides an opportunity to assess the supply chain's ability to carry out the subcontract works for the package in question. It is likely that this has been classified as a 'medium-risk' package (to be confirmed), whereby the 'business assurance' element of prequalification may be satisfied if the supply chain partner holds one of the Common Assessment Standard (CAS) accreditations, namely: - Achilles Building Confidence (with Desktop Audit) - Achilles Building Confidence (with Site Audit) may be required if the package is classified as high risk, - Constructionline Gold - Constructionline Platinum may be required if the package is classified as high risk, or - CHAS Elite. Further to a tender process, final selection will be based upon a balanced-scorecard evaluation. The criteria of this evaluation will consider commercial, technical and qualitative (e.g. health & safety, quality, environment & sustainability, etc.) evidence provided by the tenderers as part of their respective tender bids. SCS JV is an unincorporated joint venture between Skanska Construction UK Limited ("Skanska"), Costain Limited ("Costain") and STRABAG AG ("STRABAG") working on behalf of HS2 to deliver the main civil engineering works for the S1 and S2 sectors of HS2 Phase One. The Early Contractor Involvement (ECI) stage of the contract, where SCS JV was developing a scheme design, programme and target cost to deliver the detailed design and construction phase of the project, is now complete, whereby a Notice to Proceed to Stage Two (detailed design and construction) was issued on 15th April 2020. Not only have the individual companies delivered high-speed rail, major infrastructure and some of the most iconic structures internationally, SCS JV 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 endeavour, shortly 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. Key points of contact, quality assurance and site management will be required. Site staff will also need to have the full CSCS and HS2/SCS JV on-boarding requirements. Additional information: Key points of contact, quality assurance and site management will be required. Site staff will also need to have the full CSCS and HS2/SCS JV on-boarding requirements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-8692f482-a98e-4304-8cbd-0d095ac94c5d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/be276f2e-3a80-439b-b2e0-698140d8b06d
- 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
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44114000 - Concrete
44114100 - Ready-mixed concrete
44114200 - Concrete products
45223500 - Reinforced-concrete structures
45262300 - Concrete work
45262310 - Reinforced-concrete work
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 Mar 20223 years ago
- Submission Deadline
- 8 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jul 2023 - 30 Aug 2024 1-2 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
- SKANSKA COSTAIN STRABAG JOINT VENTURE (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/be276f2e-3a80-439b-b2e0-698140d8b06d
24th March 2022 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=61408273
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-b5fd17-8692f482-a98e-4304-8cbd-0d095ac94c5d-2022-03-24T16:10:03Z",
"date": "2022-03-24T16:10:03Z",
"ocid": "ocds-b5fd17-8692f482-a98e-4304-8cbd-0d095ac94c5d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C4N61408255",
"title": "HS2 Main Works S1 & S2 - WP148.3_Noise Barriers (Precast installation & FRC torsion beams)",
"description": "The scope of the subcontract works for this package is the installation of the free issue precast reinforced-concrete noise barriers, which are to be manufactured and supplied by the precast concrete manufacturer engaged by SCS JV, as well as the construction of the Formwork Reinforced Concrete (FRC) torsion beams, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.). This is required for the proposed noise barrier structure to be installed as part of the works it is undertaking on behalf of HS2 for the S1 and S2 sectors of the main civil engineering tranche of HS2 Phase One. The proposed noise barrier structure is c.1.5km in length and is to be installed either side of the HS2 trace along the West Ruislip Retained Embankment (including the Breakspear Road South and River Pinn Underbridges) and the Gatemead Embankment. It is SCS JV's preference to engage a specialist precast concrete installer to install the precast reinforced-concrete noise barriers into position, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.), whereby it is understood that the FRC works relating to the construction of the torsion beams may either be delivered directly by the specialist precast concrete installer or subsubcontracted to an FRC subsubcontractor. To assist you in determining whether or not this opportunity is of interest to your company, please find attached the following: - Noise Barrier - Construction Sequence - 20-7-21 (The subcontract works for this package will comprises Stages 6-9 (both inclusive)). - Ruislip Noise Barriers Architectural Drawing Sections, axonometrics and visualisation (1MC04-SCJ_SDH-AR-DPH-SS05_SL07-869000 rev P02). - Specification and SCEW Appendices - Noise Barriers S2 (1MC04-SCJ_SDH-DS-SPE-SS05_SL07-000008 rev C02.2). - (General Plan) Ruislip Noise Barriers, Engineering Structural Drawing, General Plan, Ruislip Noise Barriers (1MC04-SCJ_SDH-ST-DSO-SS05_SL07-865001 rev P03). - (Typical example of setting out drawing for south side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 3 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860103 rev P02). - (Typical example of setting out drawing for north side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 8 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860108 rev P02). PLEASE REFRAIN FROM RESPONDING TO THIS OPPORTUNITY UNLESS YOU HAVE READ IT IN FULL AND HAVE THE CAPABILITIES / EXPERTISE TO UNDERTAKE WHAT IS REQUIRED, TAKING INTO CONSIDERATION THE COMPLEXITY. Following responses to this opportunity, the supply chain will be shortlisted accordingly. Those that are successful will be invited to prequalify in order to receive a tender enquiry for this package. Prequalification will consist of 'business assurance', which will focus on the supply chain's capability, competence and capacity to work with SCS JV, and (potentially) technical assurance, which provides an opportunity to assess the supply chain's ability to carry out the subcontract works for the package in question. It is likely that this has been classified as a 'medium-risk' package (to be confirmed), whereby the 'business assurance' element of prequalification may be satisfied if the supply chain partner holds one of the Common Assessment Standard (CAS) accreditations, namely: - Achilles Building Confidence (with Desktop Audit) - Achilles Building Confidence (with Site Audit) may be required if the package is classified as high risk, - Constructionline Gold - Constructionline Platinum may be required if the package is classified as high risk, or - CHAS Elite. Further to a tender process, final selection will be based upon a balanced-scorecard evaluation. The criteria of this evaluation will consider commercial, technical and qualitative (e.g. health & safety, quality, environment & sustainability, etc.) evidence provided by the tenderers as part of their respective tender bids. SCS JV is an unincorporated joint venture between Skanska Construction UK Limited (\"Skanska\"), Costain Limited (\"Costain\") and STRABAG AG (\"STRABAG\") working on behalf of HS2 to deliver the main civil engineering works for the S1 and S2 sectors of HS2 Phase One. The Early Contractor Involvement (ECI) stage of the contract, where SCS JV was developing a scheme design, programme and target cost to deliver the detailed design and construction phase of the project, is now complete, whereby a Notice to Proceed to Stage Two (detailed design and construction) was issued on 15th April 2020. Not only have the individual companies delivered high-speed rail, major infrastructure and some of the most iconic structures internationally, SCS JV 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 endeavour, shortly 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. Key points of contact, quality assurance and site management will be required. Site staff will also need to have the full CSCS and HS2/SCS JV on-boarding requirements. Additional information: Key points of contact, quality assurance and site management will be required. Site staff will also need to have the full CSCS and HS2/SCS JV on-boarding requirements.",
"datePublished": "2022-03-24T16:10:03Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "44114200",
"description": "Concrete products"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44114100",
"description": "Ready-mixed concrete"
},
{
"scheme": "CPV",
"id": "44114000",
"description": "Concrete"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45262310",
"description": "Reinforced-concrete work"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 2600000,
"currency": "GBP"
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"tenderPeriod": {
"endDate": "2022-04-08T23:45:00+01:00"
},
"contractPeriod": {
"startDate": "2023-07-02T00:00:00+01:00",
"endDate": "2024-08-30T23:59:59+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/be276f2e-3a80-439b-b2e0-698140d8b06d",
"datePublished": "2022-03-24T16:10:03Z",
"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=61408273"
}
]
},
"parties": [
{
"id": "GB-CFS-186053",
"name": "Skanska Costain STRABAG Joint Venture (SCS JV)",
"identifier": {
"legalName": "Skanska Costain STRABAG Joint Venture (SCS JV)"
},
"address": {
"streetAddress": "Victoria House, Bloomsbury Square",
"locality": "London",
"postalCode": "WC1B 4DA",
"countryName": "UK"
},
"contactPoint": {
"name": "Procurement Team",
"email": "procurement@scsrailways.co.uk",
"telephone": "07392092055"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-186053",
"name": "Skanska Costain STRABAG Joint Venture (SCS JV)"
}
}