Tender

HS2 Main Works S1 & S2 - WP148.4_Noise Barriers (Acoustic absorbers)

SKANSKA COSTAIN STRABAG JOINT VENTURE (SCS JV)

This public procurement record has 1 release in its history.

Tender

27 Jan 2022 at 16:30

Summary of the contracting process

The procurement process pertains to the HS2 Main Works S1 & S2 project, specifically focusing on the provision of noise barriers featuring acoustic absorbing panels. The contract is valued at £5,000,000 and is being managed by the Skanska Costain STRABAG Joint Venture (SCS JV) in London, United Kingdom. This tender is currently at the end of the tender period, with bids due by 11th February 2022. The contract period is set to commence on 7th June 2022 and will conclude on 30th August 2024. This opportunity falls within the goods procurement category, specifically classified under sound insulation work and related services.

This tender presents significant opportunities for businesses specialising in sound insulation, cladding works, and related materials and services. Companies with experience in supplying and installing acoustic panels, particularly those that comply with the relevant technical specifications, would be well-suited to participate. Furthermore, businesses that hold relevant accreditations such as Achilles Building Confidence, Constructionline Gold, or CHAS Elite will be favourably positioned to engage in the prequalification process. By participating in this project, suppliers can not only contribute to a high-profile infrastructure initiative but also strengthen their market presence within the competitive public procurement landscape.

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 - WP148.4_Noise Barriers (Acoustic absorbers)

Notice Description

The scope for this package is the supply (and preferably installation) of c.4100m2 of acoustic absorbing panels and associated fixing system to be fixed to precast reinforced-concrete noise barrier panels on the inside face, within 4.5m of the track centreline. The precast reinforced-concrete noise barrier panels will make up the proposed noise barrier structure to be constructed by SCS JV 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 to be installed either side of the HS2 trace (north and south) along the West Ruislip Retained Embankment and the Gatemead Embankment. The system must have a minimum 60-year life, be fixed in a suitable way to resist the dynamic loads imposed by high-speed trains and be compliant with all acoustic requirements detailed in the 'Specification and SCEW Appendices' document attached to this CompeteFor opportunity. It must also be relatively simple to remove and install in the case of damage, or at the 60-year end-of-life point. A small number of acoustic absorbing panels will need to be provided at an early stage for acoustic laboratory testing of the system (from mid-2022), and then the full order is to be fulfilled as the construction of the proposed noise barrier structure is complete (between mid-2023 and mid-2024). Fixings for the acoustic absorbing panels will be post-drilled into the precast reinforced-concrete noise barrier panels and to the sides of the torsion beam where required for acoustic performance reasons. The fixings to attach the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels shall be part of a proprietary product that is already used and demonstrated successful on high-speed lines for at least 5 years of use. To assist you in determining whether or not this opportunity is of interest to your company, please find attached the following: - Ruislip Noise Barriers Architectural Drawing Sections, axonometrics and visualisation (1MC04-SCJ_SDH-AR-DPH-SS05_SL07-869000). - Ruislip Noise Barriers Engineering Structural Drawing Reference Design Acoustic Cladding North and South (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860661). - Technical Note - Testing Specifications - Noise Barriers S2 (1MC04-SDH-DS-NOT-SS05_SL07-000003). - Specification and SCEW Appendices - Noise Barriers S2 (1MC04-SCJ_SDH-DS-SPE-SS05_SL07-000008). 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 'low- to 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 (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. There will also need to be an element of design assurance that the fixings are suitable to fix the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels for the required lifetime and number of load cycles. 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. There will also need to be an element of design assurance that the fixings are suitable to fix the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels for the required lifetime and number of load cycles.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e529d75f-3266-4aa8-bf58-0ba5e2df909c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7a034ef4-e206-4bfb-96a3-fae7174a2c62
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

44112600 - Sound insulation

44175000 - Panels

44212381 - Cladding

45262650 - Cladding works

45323000 - Sound insulation work

90742000 - Services related to noise pollution

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
27 Jan 20224 years ago
Submission Deadline
11 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
6 Jun 2022 - 30 Aug 2024 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
SKANSKA COSTAIN STRABAG JOINT VENTURE (SCS JV)
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-e529d75f-3266-4aa8-bf58-0ba5e2df909c-2022-01-27T16:30:03Z",
    "date": "2022-01-27T16:30:03Z",
    "ocid": "ocds-b5fd17-e529d75f-3266-4aa8-bf58-0ba5e2df909c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N60248818",
        "title": "HS2 Main Works S1 & S2 - WP148.4_Noise Barriers (Acoustic absorbers)",
        "description": "The scope for this package is the supply (and preferably installation) of c.4100m2 of acoustic absorbing panels and associated fixing system to be fixed to precast reinforced-concrete noise barrier panels on the inside face, within 4.5m of the track centreline. The precast reinforced-concrete noise barrier panels will make up the proposed noise barrier structure to be constructed by SCS JV 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 to be installed either side of the HS2 trace (north and south) along the West Ruislip Retained Embankment and the Gatemead Embankment. The system must have a minimum 60-year life, be fixed in a suitable way to resist the dynamic loads imposed by high-speed trains and be compliant with all acoustic requirements detailed in the 'Specification and SCEW Appendices' document attached to this CompeteFor opportunity. It must also be relatively simple to remove and install in the case of damage, or at the 60-year end-of-life point. A small number of acoustic absorbing panels will need to be provided at an early stage for acoustic laboratory testing of the system (from mid-2022), and then the full order is to be fulfilled as the construction of the proposed noise barrier structure is complete (between mid-2023 and mid-2024). Fixings for the acoustic absorbing panels will be post-drilled into the precast reinforced-concrete noise barrier panels and to the sides of the torsion beam where required for acoustic performance reasons. The fixings to attach the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels shall be part of a proprietary product that is already used and demonstrated successful on high-speed lines for at least 5 years of use. To assist you in determining whether or not this opportunity is of interest to your company, please find attached the following: - Ruislip Noise Barriers Architectural Drawing Sections, axonometrics and visualisation (1MC04-SCJ_SDH-AR-DPH-SS05_SL07-869000). - Ruislip Noise Barriers Engineering Structural Drawing Reference Design Acoustic Cladding North and South (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860661). - Technical Note - Testing Specifications - Noise Barriers S2 (1MC04-SDH-DS-NOT-SS05_SL07-000003). - Specification and SCEW Appendices - Noise Barriers S2 (1MC04-SCJ_SDH-DS-SPE-SS05_SL07-000008). 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 'low- to 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 (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. There will also need to be an element of design assurance that the fixings are suitable to fix the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels for the required lifetime and number of load cycles. 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. There will also need to be an element of design assurance that the fixings are suitable to fix the acoustic absorbing panels to the precast reinforced-concrete noise barrier panels for the required lifetime and number of load cycles.",
        "datePublished": "2022-01-27T16:30:03Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45323000",
            "description": "Sound insulation work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "44112600",
                "description": "Sound insulation"
            },
            {
                "scheme": "CPV",
                "id": "45262650",
                "description": "Cladding works"
            },
            {
                "scheme": "CPV",
                "id": "90742000",
                "description": "Services related to noise pollution"
            },
            {
                "scheme": "CPV",
                "id": "44175000",
                "description": "Panels"
            },
            {
                "scheme": "CPV",
                "id": "44212381",
                "description": "Cladding"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2600000,
            "currency": "GBP"
        },
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2022-02-11T23:45:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-06-07T00:00:00+01:00",
            "endDate": "2024-08-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7a034ef4-e206-4bfb-96a3-fae7174a2c62",
                "datePublished": "2022-01-27T16:30:03Z",
                "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=60248827"
            }
        ]
    },
    "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)"
    }
}