Tender

Kingsnorth site remediation and enabling works

GRIDLINK INTERCONNECTOR LIMITED

This public procurement record has 1 release in its history.

Tender

21 Apr 2021 at 23:06

Summary of the contracting process

The procurement process involves GRIDLINK INTERCONNECTOR LIMITED procuring remediation and enabling works for the Kingsnorth site, located at Power Station Access Road, Hoo St Werburgh, Rochester ME3 9NQ. This open tender, classified under 'Site preparation work' (CPV code 45100000), is currently in the Tender stage, with submissions required by 5th May 2021. The project is part of preparations related to a new electricity interconnector between the UK and France, and it commenced on 30th September 2022. The contract encompasses extensive land clearance, soil remediation, and the development of an access road for future construction traffic.

This tender presents significant opportunities for businesses in the construction and environmental remediation sectors. Firms with expertise in site preparation, soil treatment, and civil engineering are particularly well-suited to compete for this contract. Interested suppliers should ensure they meet the stringent eligibility criteria, including demonstrating relevant experience and adequate insurance coverage, to position themselves favourably in this competitive procurement 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

Kingsnorth site remediation and enabling works

Notice Description

The Works comprises three Work Elements (WE1, WE2, WE3), as described below. Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling of a 4.4 ha site to provide a Working Platform. Land clearance shall include removal of vegetation, surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures. The remediation works shall include excavation of known areas of soil contaminated by Heavy Fuel Oil (HFO), removal of the soil by road transport and treatment/ disposal at an appropriately licensed waste management facility, together with verification and validation of remedial excavations and remaining site area. The remaining area (uncontaminated soils) shall be subject to bulk excavation, including the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of underlying piles. The void space resulting from soil remediation and bulk excavation shall be backfilled to a specified formation level with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate. Work Element 2 (WE2): Preparation of a 1.6 ha site for a temporary construction laydown area. The works shall comprise land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility, followed by installation of a geomembrane and placement of a gravel layer above the geomembrane to provide a stable, level ground surface. If found, the works shall include excavation and removal of any unexpected contamination that may be encountered. Work Element 3 (WE3): Preparation of a 1,250 m two-way carriageway length of an access road (on private land). The works shall comprise preparation of an existing access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site, including road widening, bend alignments, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system. If found, the works shall include excavation and removal of any unexpected contamination encountered during the works. The Works shall be carried out in accordance with the technical specifications and other requirements, provisions and conditions specified by the Employer in the ITT Documentation.

Lot Information

Lot 1

The Works include all design, engineering, procurement, manufacture, supply, site preparation, civil works, construction and/or installation required for site remediation and enabling works to prepare a construction site for a new converter station associated with a planned electricity interconnector between the UK and France. The Works comprise, inter alia: Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling (4.4 ha site area): Removal of ruderal vegetation within the 4.4 ha site area. Remediation of known areas of soil contaminated by Heavy Fuel Oil (HFO) within the 4.4 ha site area by excavation to a depth of 0.5 m to 1.5 m below ground level, removal of the soil by road transport and treatment/disposal at an appropriately licensed waste management facility. The estimated quantity of contaminated soil is 8,500 m3. Verification and validation of the removal of all contaminated material from the excavations by sampling of the base and side walls. Verification and validation of the absence of contaminated material in remaining areas of the 4.4 ha site area by trial pits with sampling at 1 m vertical intervals. Removal of surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures within the 4.4 ha site area. Bulk excavation to a depth of 1.4 m below ground level of the remaining areas within the 4.4 ha site area and the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of the underlying piles. Backfilling of void space resulting from soil remediation and bulk excavation to ground level, including a 300 mm capping layer, with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate. The Works also include supplementary site management requirements, including decommissioning of existing boreholes, surface water and groundwater collection, treatment and disposal, and installation of a filter drain network within the 4.4 ha site area. Work Element 2 (WE2): Temporary construction laydown area preparation works (1.6 ha site area): Land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures within the 1.6 ha site area to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility. Installation of a geomembrane within the 1.6 ha site area to prevent migration of any surface contamination caused by future temporary uses into the sub-surface layers, and placement of a 300 mm gravel layer above the geomembrane to provide a stable, level ground surface. If found, excavation and removal of any unexpected contamination encountered during the works. Work Element 3 (WE3): Access road preparation works (1,250 m two-way carriageway length): Preparation of the 1,250 m section of the access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site. Surface repairs and formation repairs to a depth of 300 mm below ground level for approximately 1,000 m road section. Road widening and bend alignments for approximately 770 m road section and surface area of 1,500 m2. Construction of one (1 No.) junction from the access road. If found, excavation and removal of any unexpected contamination encountered during the works. The works include formation, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system and other measures required for the safe movement of road vehicles.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a8ed
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008572-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45100000 - Site preparation work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Apr 20214 years ago
Submission Deadline
5 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GRIDLINK INTERCONNECTOR LIMITED
Contact Name
David Barber
Contact Email
david.barber@gridlinkinterconnector.com
Contact Phone
Not specified

Buyer Location

Locality
BROMLEY
Postcode
BR1 1QE
Post Town
Bromley
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI61 Bromley
Delivery Location
TLJ41 Medway

Local Authority
Bromley
Electoral Ward
Bromley Town
Westminster Constituency
Bromley and Biggin Hill

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-h6vhtk-02a8ed-2021-04-22T00:06:56+01:00",
    "date": "2021-04-22T00:06:56+01:00",
    "ocid": "ocds-h6vhtk-02a8ed",
    "initiationType": "tender",
    "tender": {
        "id": "ITT-UKSITE-REM-001",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Kingsnorth site remediation and enabling works",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45100000",
            "description": "Site preparation work"
        },
        "mainProcurementCategory": "works",
        "description": "The Works comprises three Work Elements (WE1, WE2, WE3), as described below. Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling of a 4.4 ha site to provide a Working Platform. Land clearance shall include removal of vegetation, surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures. The remediation works shall include excavation of known areas of soil contaminated by Heavy Fuel Oil (HFO), removal of the soil by road transport and treatment/ disposal at an appropriately licensed waste management facility, together with verification and validation of remedial excavations and remaining site area. The remaining area (uncontaminated soils) shall be subject to bulk excavation, including the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of underlying piles. The void space resulting from soil remediation and bulk excavation shall be backfilled to a specified formation level with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate. Work Element 2 (WE2): Preparation of a 1.6 ha site for a temporary construction laydown area. The works shall comprise land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility, followed by installation of a geomembrane and placement of a gravel layer above the geomembrane to provide a stable, level ground surface. If found, the works shall include excavation and removal of any unexpected contamination that may be encountered. Work Element 3 (WE3): Preparation of a 1,250 m two-way carriageway length of an access road (on private land). The works shall comprise preparation of an existing access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site, including road widening, bend alignments, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system. If found, the works shall include excavation and removal of any unexpected contamination encountered during the works. The Works shall be carried out in accordance with the technical specifications and other requirements, provisions and conditions specified by the Employer in the ITT Documentation.",
        "lots": [
            {
                "id": "1",
                "description": "The Works include all design, engineering, procurement, manufacture, supply, site preparation, civil works, construction and/or installation required for site remediation and enabling works to prepare a construction site for a new converter station associated with a planned electricity interconnector between the UK and France. The Works comprise, inter alia: Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling (4.4 ha site area): Removal of ruderal vegetation within the 4.4 ha site area. Remediation of known areas of soil contaminated by Heavy Fuel Oil (HFO) within the 4.4 ha site area by excavation to a depth of 0.5 m to 1.5 m below ground level, removal of the soil by road transport and treatment/disposal at an appropriately licensed waste management facility. The estimated quantity of contaminated soil is 8,500 m3. Verification and validation of the removal of all contaminated material from the excavations by sampling of the base and side walls. Verification and validation of the absence of contaminated material in remaining areas of the 4.4 ha site area by trial pits with sampling at 1 m vertical intervals. Removal of surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures within the 4.4 ha site area. Bulk excavation to a depth of 1.4 m below ground level of the remaining areas within the 4.4 ha site area and the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of the underlying piles. Backfilling of void space resulting from soil remediation and bulk excavation to ground level, including a 300 mm capping layer, with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate. The Works also include supplementary site management requirements, including decommissioning of existing boreholes, surface water and groundwater collection, treatment and disposal, and installation of a filter drain network within the 4.4 ha site area. Work Element 2 (WE2): Temporary construction laydown area preparation works (1.6 ha site area): Land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures within the 1.6 ha site area to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility. Installation of a geomembrane within the 1.6 ha site area to prevent migration of any surface contamination caused by future temporary uses into the sub-surface layers, and placement of a 300 mm gravel layer above the geomembrane to provide a stable, level ground surface. If found, excavation and removal of any unexpected contamination encountered during the works. Work Element 3 (WE3): Access road preparation works (1,250 m two-way carriageway length): Preparation of the 1,250 m section of the access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site. Surface repairs and formation repairs to a depth of 300 mm below ground level for approximately 1,000 m road section. Road widening and bend alignments for approximately 770 m road section and surface area of 1,500 m2. Construction of one (1 No.) junction from the access road. If found, excavation and removal of any unexpected contamination encountered during the works. The works include formation, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system and other measures required for the safe movement of road vehicles.",
                "contractPeriod": {
                    "startDate": "2022-09-30T00:00:00+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ41"
                    }
                ],
                "deliveryLocation": {
                    "description": "Kingsnorth Power Station, Power Station Access Road, Hoo St Werburgh, Rochester ME3 9NQ Easting (x) 580770 Northing (y) 172044"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.dropbox.com/request/vZ4C6C6bq6CdlmmEPiuJ",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Tenderers must demonstrate that they comply with the minimum requirements listed below in order to be considered for selection: 1) Annual financial turnover for similar Works to those required under the Contract for each of the past three (3) financial years: PS10 million 2) Relevant experience: Ten (10) contracts completed in the past five (5) years and five (5) reference contracts for similar Works completed in the past three (3) years 3) Tax affairs: All applicable Taxes have been duly paid and tax affairs are in order 4) Insurance cover in place or to be taken out for the Works: Construction \"All Risks\" (CAR) Insurance: minimum PS10 million Employers Liability Insurance: minimum PS10 million Public Liability and Third Party Liability: minimum PS10 million Professional Indemnity: minimum PS5 million",
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "depositsGuarantees": "Refer to procurement documents",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Refer to procurement documents",
            "tendererLegalForm": "Refer to procurement documents",
            "performanceTerms": "Refer to procurement documents"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-05-05T23:59:00+01:00"
        },
        "awardPeriod": {
            "startDate": "2021-07-14T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-14T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-13824",
            "name": "GRIDLINK INTERCONNECTOR LIMITED",
            "identifier": {
                "legalName": "GRIDLINK INTERCONNECTOR LIMITED"
            },
            "address": {
                "streetAddress": "25 East Street",
                "locality": "Bromley",
                "region": "UKI",
                "postalCode": "BR1 1QE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "David Barber",
                "email": "david.barber@gridlinkinterconnector.com",
                "url": "https://app.box.com/s/h8dwmm0k71jpsefg4l4p6pusm85pifbv"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gridlinkinterconnector.com",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "ELECTRICITY",
                        "description": "Electricity"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-13825",
            "name": "To be determined",
            "identifier": {
                "legalName": "To be determined"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-13824",
        "name": "GRIDLINK INTERCONNECTOR LIMITED"
    },
    "language": "en"
}