Award

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

BALFOUR BEATTY VINCI SYSTRA JV

This public procurement record has 2 releases in its history.

Award

02 Dec 2020 at 10:20

Tender

16 Dec 2019 at 16:40

Summary of the contracting process

The contracting process, titled "Ecology Services - Old Oak Common (S4) Station - HS2," is overseen by Balfour Beatty VINCI Systra JV, focusing on the provision of ecological services for the HS2 project located in London, United Kingdom. Currently, the procurement is in the "Award" stage, with an awarded contract for a total value of £50,000. The contract period is set from 18th February 2020 to 10th July 2026. Key milestones include a tender period that concluded on 10th January 2020, which marked an essential deadline for interested suppliers to submit their proposals.

This tender presents significant opportunities for businesses specialising in environmental consultancy, particularly those with expertise in ecology and sustainability. Companies that fulfil the criteria of being suitably qualified ecologists and possess relevant experience in ecological impact assessments and habitat surveys will be well-placed to compete for future phases of work. Given the emergence of ecological surveys and ongoing monitoring needs until September 2027, this contract aligns with the growing trend towards environmental responsibility in public infrastructure projects, allowing businesses to contribute to and benefit from this expanding 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

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

Notice Description

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 Terminus 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-a5f3e3fa-f56e-4a31-8741-7b4d9d356440
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3039cc2c-12e7-4efd-a127-b99cd16088cd
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Large

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
2 Dec 20205 years ago
Submission Deadline
10 Jan 2020Expired
Future Notice Date
Not specified
Award Date
2 Dec 20205 years ago
Contract Period
18 Feb 2020 - 10 Jul 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
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

Supplier Information

Number of Suppliers
1
Supplier Name

WARDELL ARMSTRONG

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-a5f3e3fa-f56e-4a31-8741-7b4d9d356440-2020-12-02T10:20:04Z",
    "date": "2020-12-02T10:20:04Z",
    "ocid": "ocds-b5fd17-a5f3e3fa-f56e-4a31-8741-7b4d9d356440",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4A47144816",
        "title": "Ecology Services - Old Oak Common (S4) Station - HS2",
        "description": "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 Terminus at Old Oak Common. No Documentation is included at this point. Additional information: No Documentation is included at this point.",
        "datePublished": "2019-12-16T16:40:05Z",
        "status": "complete",
        "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"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 260000,
            "currency": "GBP"
        },
        "value": {
            "amount": 50000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2020-01-10T12:00:00Z"
        },
        "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/f3730883-1fd4-409b-b0c4-7135813007bf",
                "datePublished": "2019-12-16T16:40:05Z",
                "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=47144822"
            }
        ]
    },
    "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"
            ]
        },
        {
            "id": "GB-CFS-156835",
            "name": "Wardell Armstrong LLP",
            "identifier": {
                "legalName": "Wardell Armstrong LLP"
            },
            "address": {
                "streetAddress": "Sir Henry Doulton House, Forge Lane, Etruria Stoke on Trent ST15BD"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-130527",
        "name": "Balfour Beatty VINCI Systra JV"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a5f3e3fa-f56e-4a31-8741-7b4d9d356440-1",
            "status": "active",
            "date": "2020-12-02T00:00:00Z",
            "datePublished": "2020-12-02T10:20:04Z",
            "value": {
                "amount": 0,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-156835",
                    "name": "Wardell Armstrong LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-02-18T00:00:00Z",
                "endDate": "2026-07-10T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/3039cc2c-12e7-4efd-a127-b99cd16088cd",
                    "datePublished": "2020-12-02T10:20:04Z",
                    "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=47144822"
                }
            ]
        }
    ]
}