Tender

HS2 Main Works S1 & S2 - WP148.3_Noise Barriers (Precast installation & FRC torsion beams)

SKANSKA COSTAIN STRABAG JOINT VENTURE (SCS JV)

This public procurement record has 1 release in its history.

Tender

24 Mar 2022 at 16:10

Summary of the contracting process

The Skanska Costain STRABAG Joint Venture (SCS JV) is currently conducting a tender process for the project titled "HS2 Main Works S1 & S2 - WP148.3_Noise Barriers," which involves the installation of precast reinforced-concrete noise barriers in London. The procurement stage is in the Tender phase, with the submission deadline set for 8 April 2022. The contract is valued at £5,000,000, with a minimum value of £2,600,000, and the contract period will commence on 2 July 2023 and conclude by 30 August 2024. This contract falls under the main procurement category of works and relates to concrete products, specifically focusing on reinforced-concrete structures. 

This tender presents ample opportunities for businesses specialising in construction and civil engineering, particularly those with expertise in precast concrete installation and related formwork activities. Companies that meet the qualification criteria and possess relevant certifications, such as Constructionline Gold or CHAS Elite, will be well-positioned to compete. Given the medium-risk classification of the package, firms with a strong track record in health and safety, quality assurance, and project management will find this opportunity appealing for strategic growth within the infrastructure sector.

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

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.

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

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

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-b5fd17-8692f482-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)"
    }
}