Tender

HS2 Main Works S1 & S2 - Internal and External Metal Fire and Security Doors (WP084 Metal Doors)

SCS JV

This public procurement record has 1 release in its history.

Tender

18 Mar 2022 at 14:00

Summary of the contracting process

SCS JV is actively seeking tenders for the project titled "HS2 Main Works S1 & S2 - Internal and External Metal Fire and Security Doors (WP084 Metal Doors)", part of the High Speed 2 (HS2) rail network development in London and Manchester. The procurement is currently in the Tender stage, with a submission deadline set for 27th March 2022. This opportunity spans across multiple locations including Euston, Old Oak Common, and West Ruislip, with a project budget estimated at £2.5 million. The contract is expected to commence on 3rd July 2023 and conclude by the end of December 2025, aiming to meet stringent specifications for design and installation of various fire and security doors.

This tender presents an excellent opportunity for construction and manufacturing companies specialising in door systems, especially those with capabilities in fire safety products. Businesses that can demonstrate significant capacity to undertake extensive works over a four-year period and possess relevant experience in large infrastructure projects would be particularly well-suited to compete. Additionally, local SMEs with the expertise and resources to deliver on safety, integrity, and collaborative work ethics as defined by SCS JV may also find this tender advantageous for growth and participation in a significant national project.

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 - Internal and External Metal Fire and Security Doors (WP084 Metal Doors)

Notice Description

HS2 PROJECT OVERVIEW High Speed 2 (HS2) is the new High-Speed Rail Network running between London in the South and Manchester and to the North. Skanska Construction UK Ltd, Costain Ltd, STRABAG AG (SCS) have been awarded the two Main Works Civils Contracts (MWCC) - S1 and S2 tunnels. S1 includes two 9 km twin bored tunnels between the new HS2 stations, Euston and Old Oak Common. S2 continues from Old Oak Common with 15 km of twin bored tunnels to West Ruislip where there is approximately 5 km of open route before transitioning into C1 lot (managed by Others). SCS's scope will include the full design of all Main Civil Works for the Lots S1 and S2 of HS2. OPPORTUNITY DETAILS The Project is split into three areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip). This opportunity relates to works that will occur in all three areas (AREAS EAST, CENTRAL AND WEST), which extends from EUSTON through to WEST RUISLIP. The procurement strategy for these works is currently being developed and whilst it is possible for one specialist contractor to be selected to execute the works for all three areas, consideration will also be given to splitting the areas and awarding works to different specialist contractors. It is important that your response to this publication makes clear your capability, capacity and limitations for the volume of work pertaining to this opportunity and you must be able to demonstrate you ability to undertake such works over a period of up to 4 years. AREA SPECIFIC INFORMATION This work package relates to the Metal Door requirement for the Headhouses and Shafts located within the following areas: Area East: -ESB Headhouse -The Cavern Shaft Head House Area Central: -Adelaide Road ventilation shaft -Westgate ventilation shaft -Canterbury Road ventilation shaft -Greenpark Way ventilation shaft -Victoria Road Crossover Box (VRCB) and Victoria Road Ancillary Shaft (VRAS) -2 fan houses - VRCB Area West: -West Ruislip -South Ruislip ventilation shaft -Mandeville Road ventilation shaft -Copthall To assist you in determining whether or not this opportunity is of interest to your company, please find the following link to Adelaide Road Headhouse information (as an example of the assets that form this package): https://www.hs2.org.uk/in-your-area/local-community-webpages/hs2-in-Camden/adelaide-road-headhouse-and-ventilation-shaft/ Your company must be able to demonstrate capacity and capability to undertake such works over a period of up to 4 years. SCOPE OF WORKS The provision of all management, supervision, labour, plant, materials, equipment and consumables (including fuels) necessary to carry out and complete the design, manufacture and fabrication, supply, delivery, installation, testing and commissioning of the internal and external metal fire and security doors: Indicative Specification: - Steel internal fire door system. - Door system to incorporate outer steel frame to create structural opening for riser door assembly. - External outwards opening single leaf composite steel door. Including over-clad at the exterior with an anodized aluminium cladding to match adjacent rainscreen cladding. Aluminium panel to be designed and sourced from the same Contractor as the aluminium rainscreen cladding system. - External outwards opening double leaf composite steel door. Where specified the security rating shall be certified to LPS 1175. Including over-clad at the exterior with an anodize aluminium louvres to match adjacent louvre screen system. Aluminium louvres to be designed and sourced from the same Contractor as the louvre screen system. When selecting a supplier SCS look for alignment of values, behaviours and cultures, between ourselves and our supply chain. SCS and HS2 have aligned their values to the following: * Safety * Integrity * Leadership * Respect Please refer to HS2 supplier guide. ( https://www.gov.uk/government/publications/hs2-supplier-guide) In order to achieve a successful project outcome we have published a manifesto of our guiding principles, which include: * Making HS2 affordable * Delivering on promises * We build with people in mind * Delivering more than a railway * Achieving more together * Creative and challenging Successfully shortlisted supplier's will be those with verifiable experience, the appropriate capability and resources to deliver the scope of works. During this stage supplier's may then be invited to the project to formally demonstrate their experience and capabilities. As an alternative phone/webinar interviews may be conducted. Shortlisted suppliers will be sent a Prequalification Questionnaire (PQQ) request. Suppliers successfully selected through the prequalification will be invited to provide a formal competitive tender for the services. The Invitation to Tender (ITT) and final selection will be based upon a balanced scorecard, requiring suppliers to demonstrate their ability to work with the projects values and behaviours in mind, whilst proving their capabilities and competence, through qualitive and quantative evidence. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract for Section 1 and Section 2 of the planned HS2 route. Not only have the individual companies delivered high speed rail, major infrastructure and some of the most iconic structures internationally, the joint venture 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 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ab10f337-b73f-4417-8877-98bb0e3fefd3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/94efb87b-018d-474f-9072-7ff89677e283
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

44221200 - Doors

44221220 - Fire doors

44421500 - Armoured or reinforced doors

45421131 - Installation of doors

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
18 Mar 20223 years ago
Submission Deadline
27 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Jul 2023 - 31 Dec 2025 2-3 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
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

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-ab10f337-b73f-4417-8877-98bb0e3fefd3-2022-03-18T14:00:12Z",
    "date": "2022-03-18T14:00:12Z",
    "ocid": "ocds-b5fd17-ab10f337-b73f-4417-8877-98bb0e3fefd3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N61294000",
        "title": "HS2 Main Works S1 & S2 - Internal and External Metal Fire and Security Doors (WP084 Metal Doors)",
        "description": "HS2 PROJECT OVERVIEW High Speed 2 (HS2) is the new High-Speed Rail Network running between London in the South and Manchester and to the North. Skanska Construction UK Ltd, Costain Ltd, STRABAG AG (SCS) have been awarded the two Main Works Civils Contracts (MWCC) - S1 and S2 tunnels. S1 includes two 9 km twin bored tunnels between the new HS2 stations, Euston and Old Oak Common. S2 continues from Old Oak Common with 15 km of twin bored tunnels to West Ruislip where there is approximately 5 km of open route before transitioning into C1 lot (managed by Others). SCS's scope will include the full design of all Main Civil Works for the Lots S1 and S2 of HS2. OPPORTUNITY DETAILS The Project is split into three areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip). This opportunity relates to works that will occur in all three areas (AREAS EAST, CENTRAL AND WEST), which extends from EUSTON through to WEST RUISLIP. The procurement strategy for these works is currently being developed and whilst it is possible for one specialist contractor to be selected to execute the works for all three areas, consideration will also be given to splitting the areas and awarding works to different specialist contractors. It is important that your response to this publication makes clear your capability, capacity and limitations for the volume of work pertaining to this opportunity and you must be able to demonstrate you ability to undertake such works over a period of up to 4 years. AREA SPECIFIC INFORMATION This work package relates to the Metal Door requirement for the Headhouses and Shafts located within the following areas: Area East: -ESB Headhouse -The Cavern Shaft Head House Area Central: -Adelaide Road ventilation shaft -Westgate ventilation shaft -Canterbury Road ventilation shaft -Greenpark Way ventilation shaft -Victoria Road Crossover Box (VRCB) and Victoria Road Ancillary Shaft (VRAS) -2 fan houses - VRCB Area West: -West Ruislip -South Ruislip ventilation shaft -Mandeville Road ventilation shaft -Copthall To assist you in determining whether or not this opportunity is of interest to your company, please find the following link to Adelaide Road Headhouse information (as an example of the assets that form this package): https://www.hs2.org.uk/in-your-area/local-community-webpages/hs2-in-Camden/adelaide-road-headhouse-and-ventilation-shaft/ Your company must be able to demonstrate capacity and capability to undertake such works over a period of up to 4 years. SCOPE OF WORKS The provision of all management, supervision, labour, plant, materials, equipment and consumables (including fuels) necessary to carry out and complete the design, manufacture and fabrication, supply, delivery, installation, testing and commissioning of the internal and external metal fire and security doors: Indicative Specification: - Steel internal fire door system. - Door system to incorporate outer steel frame to create structural opening for riser door assembly. - External outwards opening single leaf composite steel door. Including over-clad at the exterior with an anodized aluminium cladding to match adjacent rainscreen cladding. Aluminium panel to be designed and sourced from the same Contractor as the aluminium rainscreen cladding system. - External outwards opening double leaf composite steel door. Where specified the security rating shall be certified to LPS 1175. Including over-clad at the exterior with an anodize aluminium louvres to match adjacent louvre screen system. Aluminium louvres to be designed and sourced from the same Contractor as the louvre screen system. When selecting a supplier SCS look for alignment of values, behaviours and cultures, between ourselves and our supply chain. SCS and HS2 have aligned their values to the following: * Safety * Integrity * Leadership * Respect Please refer to HS2 supplier guide. ( https://www.gov.uk/government/publications/hs2-supplier-guide) In order to achieve a successful project outcome we have published a manifesto of our guiding principles, which include: * Making HS2 affordable * Delivering on promises * We build with people in mind * Delivering more than a railway * Achieving more together * Creative and challenging Successfully shortlisted supplier's will be those with verifiable experience, the appropriate capability and resources to deliver the scope of works. During this stage supplier's may then be invited to the project to formally demonstrate their experience and capabilities. As an alternative phone/webinar interviews may be conducted. Shortlisted suppliers will be sent a Prequalification Questionnaire (PQQ) request. Suppliers successfully selected through the prequalification will be invited to provide a formal competitive tender for the services. The Invitation to Tender (ITT) and final selection will be based upon a balanced scorecard, requiring suppliers to demonstrate their ability to work with the projects values and behaviours in mind, whilst proving their capabilities and competence, through qualitive and quantative evidence. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract for Section 1 and Section 2 of the planned HS2 route. Not only have the individual companies delivered high speed rail, major infrastructure and some of the most iconic structures internationally, the joint venture 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 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.",
        "datePublished": "2022-03-18T14:00:12Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "44221200",
            "description": "Doors"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "44421500",
                "description": "Armoured or reinforced doors"
            },
            {
                "scheme": "CPV",
                "id": "44221220",
                "description": "Fire doors"
            },
            {
                "scheme": "CPV",
                "id": "45421131",
                "description": "Installation of doors"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2022-03-27T13:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-07-03T00:00:00+01:00",
            "endDate": "2025-12-31T23:59:59Z"
        },
        "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/94efb87b-018d-474f-9072-7ff89677e283",
                "datePublished": "2022-03-18T14:00:12Z",
                "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=61294023"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-154987",
            "name": "SCS JV",
            "identifier": {
                "legalName": "SCS JV"
            },
            "address": {
                "streetAddress": "Victoria House, Bloomsbury Square",
                "locality": "London",
                "postalCode": "WC1B 4DA",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Andrew Smith",
                "email": "andrew.smith1@scsrailways.co.uk",
                "telephone": "07817520144"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-154987",
        "name": "SCS JV"
    }
}