Tender

HS2 Main Works S1 & S2 - WP085_Metalwork - Handrails and Balustrades AND/OR WP0211_Metalwork - Sundry

BIP SOLUTIONS LIMITED

This public procurement record has 1 release in its history.

Tender

14 Feb 2022 at 14:47

Summary of the contracting process

The tender for the HS2 Main Works S1 & S2 has been published by BIP Solutions Limited, involving two separate packages focused on metalwork, specifically handrails, balustrades, and sundry items. The project, classified under the construction industry and designated as a medium-risk procurement, is currently in the Tender stage, with submissions due by 24 February 2022. The contract is expected to run from 1 September 2022 to 31 July 2025 and is valued at approximately £501,000. The procurement method employed is a limited competitive quotation process catering to firms capable of handling metalwork projects.

This opportunity presents significant prospects for growth for businesses specialising in steel and metalwork fabrication, particularly those with experience in infrastructure projects. Small and medium enterprises (SMEs) with the necessary certifications, such as Achilles Building Confidence, Constructionline Gold, or CHAS Elite, would be well-positioned to compete. Given the nature of the work and the need for quality and sustainability, firms demonstrating strong capabilities in these areas will likely find themselves at an advantage during the evaluation process.

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 - WP085_Metalwork - Handrails and Balustrades AND/OR WP0211_Metalwork - Sundry

Notice Description

*Please note that this opportunity covers 2 separate packages. WP085 Metalwork - Handrails and Balustrades and WP211 Metalwork - Sundry. You are permitted to tender for 1 or both of the subcontract packages should you have the capabilities and capacity to do so. Your Expression of Interest (EOI) will be accepted for 1 or both of the subcontract packages and you will have the opportunity to advise on your preferred package. The scope for these packages are as follows; The provision of metalwork for within Area Central assets including Shafts and Headhouses. WP211 Metalwork - Sundry package shall include, but is not limited to, cat ladders, plant step overs, mesh screens, mesh gratings, crash barriers, handrail internal stairs and landings. SCS will explore opportunities to combine both the metalwork packages should any efficiencies be realised. Supply and fit subcontract package(s) shall be awarded to one or more subcontractors. Glass Reinforced Plastic (GRP) products may be explored as part of the process. Your company must be able to demonstrate capacity and capability to undertake such works over a period of up to 3 years. 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 provide the goods and services 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), - Constructionline Gold, 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

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b58a6ed3-c24e-4c4d-92c6-6c4d29a4f7fb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/27c47a5d-4e90-4c30-844d-b8aa04ba3961
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Limited
Procurement Method Details
Competitive quotation (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

14 - Mining, basic metals and related products


CPV Codes

14622000 - Steel

Notice Value(s)

Tender Value
£501,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Feb 20224 years ago
Submission Deadline
24 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2022 - 31 Jul 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
BIP SOLUTIONS LIMITED
Contact Name
Procurement Team
Contact Email
procurement@scsrailways.co.uk
Contact Phone
07392092055

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-b58a6ed3-c24e-4c4d-92c6-6c4d29a4f7fb-2022-02-14T14:47:18Z",
    "date": "2022-02-14T14:47:18Z",
    "ocid": "ocds-b5fd17-b58a6ed3-c24e-4c4d-92c6-6c4d29a4f7fb",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N60615752",
        "title": "HS2 Main Works S1 & S2 - WP085_Metalwork - Handrails and Balustrades AND/OR WP0211_Metalwork - Sundry",
        "description": "*Please note that this opportunity covers 2 separate packages. WP085 Metalwork - Handrails and Balustrades and WP211 Metalwork - Sundry. You are permitted to tender for 1 or both of the subcontract packages should you have the capabilities and capacity to do so. Your Expression of Interest (EOI) will be accepted for 1 or both of the subcontract packages and you will have the opportunity to advise on your preferred package. The scope for these packages are as follows; The provision of metalwork for within Area Central assets including Shafts and Headhouses. WP211 Metalwork - Sundry package shall include, but is not limited to, cat ladders, plant step overs, mesh screens, mesh gratings, crash barriers, handrail internal stairs and landings. SCS will explore opportunities to combine both the metalwork packages should any efficiencies be realised. Supply and fit subcontract package(s) shall be awarded to one or more subcontractors. Glass Reinforced Plastic (GRP) products may be explored as part of the process. Your company must be able to demonstrate capacity and capability to undertake such works over a period of up to 3 years. 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 provide the goods and services 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), - Constructionline Gold, 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",
        "datePublished": "2022-02-14T14:47:18Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "14622000",
            "description": "Steel"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 501000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Competitive quotation (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-02-24T11:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-09-01T00:00:00+01:00",
            "endDate": "2025-07-31T23:59:59+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/27c47a5d-4e90-4c30-844d-b8aa04ba3961",
                "datePublished": "2022-02-14T14:47:18Z",
                "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=60615761"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8u5J6V4e",
            "name": "BIP SOLUTIONS LIMITED",
            "identifier": {
                "legalName": "BIP SOLUTIONS LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/8u5J6V4e"
            },
            "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-SRS-sid4gov.cabinetoffice.gov.uk/8u5J6V4e",
        "name": "BIP SOLUTIONS LIMITED"
    }
}