Talk to us 01204 238 046

Highways Civil Engineering Tenders

The UK Government is investing over £4 billion to repair and renew the national road network, including resurfacing around 21,000 lane miles. This investment and the renewal of Areas 1, 2, 13 and 14 will mean a substantial number of contracts and frameworks being issued.

Get in touch with
our experts

Civil Eng

Thornton & Lowe’s continues to deliver substantial success in this sector on behalf of our clients both at Local Authority level, as well with Highways England.

The competition for contract and supply chain opportunities is intense, and suppliers in the Highway sector must ensure their bid stands out from the competition. With our highly-skilled in-house bid team’s vast experience,

Thornton & Lowe strive to continually produce exceptional quality work.

Get bid support
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1178 Highway street trees To be completed Late August to Mid Sept 2024 Parking suspension upon request giving 14dys notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-26
Deadline:
2024-04-26
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1177 Highway street trees To be completed during school summer holidays Mid August to early Sept 2024 Map can be provided delivery of works may require traffic management - please view before placing offer (to reflect) Parking suspension upon request giving 14dys notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-26
Deadline:
2024-04-26
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1176 Highway street trees To be completed during school summer holidays Mid August to early Sept 2024 Map can be provided delivery of works may require traffic management - please view before placing offer (to reflect) Parking suspension upon request giving 14dys notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-26
Deadline:
2024-04-26
Tree Maintenance - Planned - Tree Maintenance - Planned - Parks
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1175 Park owned trees within raised beds adjacent to highway To be completed Mid August to late Sept 2024 Parking suspension upon request giving 14dys notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-26
Deadline:
2024-04-26
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1174 Highway street trees To be completed Mid August to late Sept 2024 Parking suspension upon request giving 14dys notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-26
Deadline:
2024-04-26
Commercial Services Combined Quantity Surveying (Cost Consultant) & Client Advisor (including Contract Administration) Professional Services for Levelling Up Fund Highway Works Procurement
Croydon London Borough of Croydon

The London Borough of Croydon was successful in its application to the Department for Levelling Up Housing and Communities for The Levelling Up Fund (LUF). Alongside the Government (LUF) grant, match funding has been identified, bringing the total programme budget for this opportunity to circa £8m. The Council is seeking consultancy services for Commercial Services, a combined Quantity Surveying (Cost Consultant) and Client Advisor (including Contract Administration) Professional Services for Client Advisor (pre-contract to close). Experienced in performing those commercial services disciplines, in respect of projects of a similar size, scope, character, nature, value, and complexity to The Programme (including, without limitation, those services stated and set-out in the document titled "Quantity Surveyor Services" (England and Wales; May 2022 and newer versions from time-to-time) published by RICS and the document titled "Employer's Agent Services" (England and Wales; May 2022 and newer versions from time-to-time) published by RICS). Additional information: https://in-tendhost.co.uk/croydontenders Is a Recurrent Procurement Type? : No

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Construction Related Multi-Disciplinary Services - Civil Engineering Consultancy Services (VAT Exempt)
United Kingdom London London Borough of Haringey

The council is looking to procure a multi-disciplinary team, led and assembled by a commercial consultancy, to produce a delivery strategy to look into development options for 8 of its buildings in Wood Green, North London. The council wishes to consider how these assets can be used to help deliver an ambitious placemaking vision for the area (including the delivery of new public realm), attract inward investment, new businesses and jobs, and deliver a commercial return. This opportunity has been distributed on adamprocure.co.uk

Value: 300000
Published: 2024-04-09
Deadline:
300000 2024-04-09
Department for Transport: National Transport Model v5 2024 Rebase
British Oversea Territories London DfTc - Department for Transport

The National Transport Model version 5 (NTMv5) is a large transport model, developed using classic transport modelling principles but with a number of adaptations to enable it to be sufficiently informative with shorter run times. Some parts of the model use a "masking" system with a representative subset of zone-to-zone movements, to reduce computation times. The Department for Transport is considering a `rebase' of the system. There are three important elements to this work. First, and most important, the requirement is to update the highway assignment component of NTMv5 to reflect the situation post-covid19. This is needed for strategic forecasting purposes. In practice, this means using data from 2022 and 2023, a shorter period than the original data used to estimate NTMv5. The challenge with this work will be to exercise judgement about where compromises are needed to meet the tight timescales for this project, whilst still providing sufficient quality for strategic forecasting. This work may also provide some opportunity (albeit within limited timescales) for an innovative approach to meet this challenge. Secondly, we intend to switch from using National Highways traffic counts to the Department's data (potentially including traffic by region and road type as well as counts) for this update. This is because for strategic forecasting purposes, the Department requires the modelled traffic to match its own understanding of traffic in the model base year. Finally, the Department would like to have the capability to carry out similar updates in-house in future. Therefore, we would anticipate allowing some time after the model updates are complete for documentation, handover, and potentially training to the Department in the methods used for this update. Additional information: This expression of interest aims to gather information from potential bidders about their capability and capacity to provide these services. To respond, please first register an account on the Department for Transport's e-sourcing platform, Jaggaer (https://dft.app.jaggaer.com/). Once you have registered an account, please access and respond to the Jaggaer PQQ event for this EoI (pqq_431, available at: https://dft.app.jaggaer.com/go/10612947018E65985C93). Communications about this procurement should be routed by the message function under the PQQ event. The deadline for responses to the EoI is 11:00, 12 April 2024. Further competition will not be restricted to respondents to this EoI.

Value: 300000
Published: 2024-04-05
Deadline:
300000 2024-04-05
Level 3 Civil Engineering Technician Apprenticeship Scheme (ST0091)
United Kingdom LONDON Transport for London

To ensure Transport for London (TfL) is in the best position to offer high quality and inclusive apprenticeships it is vital that we have capable and innovative Training Providers in place. Apprenticeships help meet the future skills needs of our organisation to enable us to support a sustainable economic recovery and to be the beating green heartbeat of London. Transport for London (TfL) is seeking to award a contract to certified Apprenticeship training provider who can support the delivery of TfL's Level 3 Civil Engineering Technician Apprenticeship (ST0091) for 3 cohorts with an option to extend for a further 2 cohorts. . This is an open competition procurement. Apprentice training provision is funded via the Apprenticeship Levy managed by the Department for Education / Education Skills Funding Agency (ESFA). Training providers will be required to be a registered approved apprentice training provider and be able to deliver all services within the M25 motorway accessible via TfL's transport network. Tender submission deadline: Monday 29th April 2024 at 12:00 noon via SAP Ariba platform. Additional information: The tender is now live via the e-procurement platform SAP Ariba. The project reference is TfL 96807. All messages, clarification queries and tender submissions must be submitted via the SAP Ariba platform only. In order to receive access to the live tender ITT documentation, you must be registered on the SAP Ariba platform via this link: https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL Once registered, please email: Joel Garner: joelgarner@tfl.gov.uk to complete the registration process and gain access to the tender documentation. Please note, you will not be able to access the tender documentation unless your registration is complete. This should be completed as soon as possible to avoid delays. If you need any support in registering for SAP Ariba, please contact our SAP Ariba Supplier enablement team at: ariba_supplier_enablement@tfl.gov.uk Any questions or issues please contact: Joel Garner: joelgarner@tfl.gov.uk

Value: 380000
Published: 2024-03-28
Deadline:
380000 2024-03-28
Litter and Fly-tipping Enforcement Services
London London Borough of Wandsworth

The Concessionaire shall be responsible for undertaking the Services in high footfall or at hotspot highway areas within the Boroughs. This shall include issuing FPNs for littering and fly tipping offences, attending court to give evidence in the event that an FPN has not been paid, ensures FPNs are issued correctly etc Additional information: Please see link for tender opportunities: https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects

Value: 1600000
Published: 2024-02-23
Deadline:
1600000 2024-02-23
A423 Kennington Improvement Scheme- Subcontractor Expressions of Interest
United Kingdom LONDON MORGAN SINDALL CONSTRUCTION & INFRASTRUCTURE LTD

Morgan Sindall Construction & Infrastructure Limited are seeking expressions of interest to provide services to the AA423 Kennington Improvements Scheme. We are seeking expressions of interest from qualified suppliers and subcontractors who are ideally within 10 miles of the Oxfordshire County boundaries. This notice has been issued in order to advertise opportunities and establish a pre-qualified suppliers list which we may utilise to shortlist suppliers for future opportunities, subject to qualification. Morgan Sindall Construction & Infrastructure Limited reserves the right (at its sole discretion) to invite some pre-qualified suppliers to submit quotations for the works and may issue further requests in the future for the same trades. Pre-qualification does not constitute a guarantee that Morgan Sindall will invite tenders from those suppliers or subcontractors. General Civil Engineering Works: Scope: Provision of people, materials and equipment as required to carry out General Civil Engineering Works. Minimum Requirements: * Turnover of circa £200,000 per year or above * Constructionline Silver or above. * Sector Scheme Approval where applicable to the trade * Copies of Anti Bribery and Modern Slavery polices. * Acceptance of NEC4 terms of conditions * Experience of Highways works * PTS qualification for works near rail * ARB Approved Highly Desirable This EOI will favour qualified suppliers who have offices/depots within 10 miles of the Oxfordshire County boundary How to Register: Register your interest via the following link https://secure.sourcedogg.com/profile/fdbe892c-2a8b-42f7-af07-02b94747d645/requests/59785

Value:
Published: 2024-02-22
Deadline:
2024-02-22
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway trees to fell to 1.5m DPS1 1161 Parking suspension can be arranged providing 10dys notice Once complete image of stump to be provided to the tree officer This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1137 Highway reactive insurance works to be completed March / April 2024 Parking suspensions can be arranged providing 10dys notice provided This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Litter and Fly-tipping Enforcement Services
London London Borough of Wandsworth

The Concessionaire shall be responsible for undertaking the Services in high footfall or at hotspot highway areas within the Boroughs. This shall include issuing FPNs for littering and fly tipping offences, attending court to give evidence in the event that an FPN has not been paid, ensures FPNs are issued correctly etc

Value: 1600000
Published: 2024-02-16
Deadline:
1600000 2024-02-16
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street tree maintenance DPS1 1160, detailed specification to be used by operational teams. Parking suspensions can be arranged. 14dys min advance notice for requests Crown reduction work not to undertaken during nesting season. Other works permitted Canopy reduction works can commence prior to or after nesting season This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-12
Deadline:
2024-02-12
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street tree maintenance DPS1 1159, detailed specification to be used by operational teams Parking suspensions can be arranged. 14dys min advance notice for requests Crown reduction work not to undertaken during nesting season. Other works permitted Canopy reduction works can commence prior to or after nesting season This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-07
Deadline:
2024-02-07
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street tree maintenance DPS1 1157, detailed specification to be used by operational teams Parking suspensions can be arranged. 14dys min advance notice for requests Crown reduction work not to undertaken during nesting season. Other works permitted Canopy reduction works can commence prior to or after nesting season This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-07
Deadline:
2024-02-07
Publication of Planning and Highway Notices
London London Borough of Lambeth

The Council requires regular publication of its Statutory Planning and Highways Notices and other ad-hoc notices as required, in a newspaper that is widely distributed across the London Borough of Lambeth. This procurement seeks offers to provide this service for a duration of 2 years, plus the option to extend for a further year.

Value:
Published: 2024-02-05
Deadline:
2024-02-05
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street trees DPS1 1147 Provide start/end date to tree officer giving min 14dy notice Parking suspensions can be arranged. Requests to be made 12dys in advance to tree officer providing locations and date This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-01-09
Deadline:
2024-01-09
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highway street trees - please note completion has to be by Mid March 2024 DPS1 1146 Provide start/end date to tree officer giving min 14dy notice Parking suspensions can be arranged. Requests to be made 12dys in advance to tree officer providing locations and date This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-01-09
Deadline:
2024-01-09
Construction work
United Kingdom London National Grid UK Limited

Please note that the scope of the HVDC Cable Framework includes but is not limited to the following areas:- Design, manufacture, testing and commissioning of HVDC submarine and underground cable systems, including but not limited to extruded and mass-impregnated non-draining cable systems at different voltage ratings as well as all associated cable accessories- HVDC submarine cable lay and burial - HVDC onshore underground cable system delivery, installation and associated civil engineering works as required (to be defined on a project-specific basis)- Cable spares requirements including spare cable storage (to be defined on a project-specific basis)- Design, engineer, prepare, procure and install landfall HDD (Horizontal Direct Drilling) ducts as required for each landfall (to be defined on a project-specific basis).- Front-end engineering design services, in relation to any or all of the aforementioned scope (to be defined on a project-specific basis)

Value:
Published: 2023-12-13
Deadline: 2024-01-15
2023-12-13 2024-01-15
NEAR -Kerbs
United Kingdom London BALFOUR BEATTY CIVIL ENGINEERING LIMITED

We are pleased to advertise the Kerbs Package for the NEAR (National Emergency Areas Retrofit) Schemes on behalf of the SMP Alliance. General Scope of Works: Supply and installation of kerbs in accordance with the specification for highway works series 1100 across our five National Emergency Retrofit schemes across the M25 North, M25 South, M20, M3 and M4. Inclusive of labour, plant, materials and supervision.

Value:
Published: 2023-12-07
Deadline: 2023-12-14
2023-12-07 2023-12-14
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1123 Highways Fell to 1.5m highway trees Only bid for work if you are able to accommodate completion within Jan 2024 This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-12-06
Deadline:
2023-12-06
SPS 2722 - Boroughwide Weed Control Services
UK London Royal Borough of Greenwich

1.1 The Royal Borough of Greenwich (RBG) is a London borough in south-east London, England. The borough lies along the south bank of the River Thames between Deptford and Thamesmead. It has an area of 5,044 hectares. It has a water frontage of 8 miles. Greenwich is bounded by the London Boroughs of Bexley to the east, Bromley to the south, Lewisham to the west and across the River Thames to the north lie Tower Hamlets, Newham and Barking and Dagenham.1.2 The borough has very good transport links, Central London is only 15 minutes away via train and there are various river crossings including the Thames Clipper and foot tunnels under the River Thames between Greenwich and Island Gardens and between Woolwich and North Woolwich. The Woolwich Ferry takes vehicle traffic and links the North Circular Road to the South Circular Road which runs through the borough. A cable car links Greenwich Peninsula to the Royal Docks.1.3 The Council’s visions and values are delivered through the Council and its partners, and the service will support the Council in achieving its goal for high quality services and value for money services.1.4 RBG aims to maintain the high quality of the environment throughout the whole borough. The cleanliness of our highways and estates is imperative to maintain the high standards we seek for those living and working in the borough, as well as visiting and travelling through the borough. To be able to maintain a consistent level of high standards, Streets Services sweep approximately 1550 (one thousand five hundred and fifty) linear kilometers of highway residential and town centre roads and a further 7 (seven) linear kilometers of River Pathway. This operation includes the removal of all weeds from these areas.1.5 The Local Authority is seeking to commission a company which has the resources and expertise to provide a weed spraying service throughout the months of March – October for the period of this Contract (March 2024 – February 2027).

Value:
Published: 2023-11-08
Deadline: 2023-12-08
2023-11-08 2023-12-08
Tree Maintenance - Planned - Tree Maintenance - Planned - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Winter re-pollarding street trees. Middle Lane N8 DPS1 1105 Provide start/end date to tree officer giving min 14dy notice Contractors to leaflet drop (notification) properties prior to works (7dys min). Leaflet template provided by tree officer This location may require TM. Please provide delivery method to tree officer to obtain permission from highway officers. This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-10-23
Deadline:
2023-10-23
Tree Maintenance - Planned - Tree Maintenance - Planned - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Winter re-pollarding street trees DPS1 1107 Crouch Hill N8 This works requires Traffic Management - provide Clare plans and costs to be included. Highway Officer Kelly Peck will need to meet on site and approve delivery (main concern brow of hill) 3 way lights previously (sat job for brow of hill) Provide start/end date to tree officer giving min 14dy notice Contractors to leaflet drop (notification) properties prior to works (7dys min). Leaflet template provided by tree officer Parking suspensions can be arranged. Requests to be made 12dys in advance to tree officer providing locations and dates This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-10-16
Deadline:
2023-10-16
Asset Operation, Maintenance and Response Framework
London Environment Agency

The Environment Agency (EA) are seeking to procure a Framework Agreement that will be utilised for the following requirements: - -Civil Engineering projects; -Mechanical Electrical Instrumentation Control and Automation projects; -Vegetation Management programmes; -Landscape and Habitat Creation Implementation and Establishment Aftercare; and -Asset Operation and Incident Response activities The Framework will be split into the following Lots: Lot 1 - Civil Engineering (Maintain and Construct) (Contracts <£1m) Lot 2 - Mechanical Electrical Instrumentation Control and Automation projects Lot 3 - Vegetation management and landscape and habitat creation Lot 1 and Lot 2 are each divided into six Hubs: North East, North West, Midlands, East, South East and South West. Lot 3 is divided into fourteen Areas: North East (NEA), Yorkshire (YOR), Cumbria and Lancashire (CLA), Greater Manchester, Merseyside and Cheshire (GMC), East Midlands (EMD), West Midlands (WMD), Lincolnshire and Northamptonshire (LNA), East Anglia (EAN), Thames (THM), Hertfordshire and North London (HNL), Kent, South London and East Sussex (KSL), Solent and South Downs (SSD), Wessex (WSX) and Devon, Cornwall and the Isles of Scilly (DCS). The award restrictions per supplier are detailed in the procurement documents. Work will be allocated using Direct Award and Mini-Competition. The duration of the Framework will be three years (36 months) with one optional one-year (12 month) extension (totalling fours years or 48 months). The total estimated value of the Framework based on a four year (48 month) duration is between £500,000,000.00 - £600,000,000.00. The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal. Use of Framework by Others: This framework is primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder(s) to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). The Environment Agency may also require the provision of the goods/services to members of the aforementioned Defra Group via the Environment Agency, rather than directly. The successful bidder(s) may also be required to provide the services to local authorities in England. The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England. The successful bidder(s) may also be required to provide the services to Central Government departments, executive agencies, and other NDPBs.

Value: 600000000
Published: 2023-07-10
Deadline:
600000000 2023-07-10
BBC 0423 - Civil Engineering Services, Hope Nursery, Cheshunt, Hertfordshire
Herts BBC - Property

Broxbourne Council are seeking to appoint a suitably qualified and experienced Civil Engineering Service to design, procure and oversee the installation of infrastructure services at Hope Nursery, Barrow Lane, Cheshunt, Hertfordshire, EN7 5LY. Hope Nursery is a disused glasshouse nursery which is in the process of being demolished, once this and site clearance has been completed it is intended to provide a self build residential scheme which requires the infrastructure services now being tendered. It is anticipated that demolition and site clearance will be completed by January 2024 and the design and construction of the infrastructure will take an estimated twelve - thirteen months, although this will be agreed with the appointed contractor. Further details can be found in the tender documents available for download from Supply Hertfordshire, https://in-tendhost.co.uk/supplyhertfordshire, the Council's electronic tendering portal. The closing date for submissions is 12 noon on Friday 4th August 2024 and the deadline for queries is 5pm on Wednesday 26th July 2023, all queries should be made via the portal. To arrange site access please contact Property Services on 01992 785544. Additional information: Is a Recurrent Procurement Type? : No

Value:
Published: 2023-07-04
Deadline:
2023-07-04
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Clare Pappalardo Highway Insurance works DPS1 1081 Parking suspensions can be arranged providing 2 weeks advance notice Works to be undertaken/ completed July - early August After images to be taken and sent to Ian.williams@haringey.gov.uk This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-07-03
Deadline:
2023-07-03
HBC 0623 The Provision of Grounds Maintenance and Cemetery Services
Hertfordshire Hertsmere Borough Council

Hertsmere Borough Council is currently out to procurement for Grounds Maintenance and Cemetery Services The contract covers a range of grounds maintenance tasks across the whole borough, principally in parks, amenity areas and at Allum Lane Cemetery, where grave digging and related services are also included. The contract also covers some allotments, closed churchyards, war memorials and highway land. In addition to grounds maintenance tasks, the contract includes parks cleansing, locking and unlocking of some sites, managing bookings for football and management of splash parks. The inspection and maintenance of play areas, furniture and other items of parks infrastructure is a separate Lot of works which may be awarded to the same contractor or separately. The contract duration is for seven years with the option to extend for a further seven years. This procurement is an open process. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. The use of Lots has been considered for this procurement, but have not been used, because it would not provide value for money. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Additional information: To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Is a Recurrent Procurement Type? : No

Value: 8000000
Published: 2023-06-20
Deadline:
8000000 2023-06-20
Network Rail North West & Central Region CP7 Frameworks relating to Capital Delivery Works (Phase 2): Framework Category A
UK London Network Rail Infrastructure Ltd

Network Rail is looking to appoint two regional framework suppliers to deliver a proportion of the large projects workbank across the North West & Central region for projects with a value between £7m and £200m. The scope of works and services which Network Rail may require is multi-disciplinary across the following three disciplines:Civil Engineering, which includes but is not limited to;• Civil engineering works forming and protecting the railway corridor, incorporating structures whether under/over bridge construction, earthwork/geotechnical operations, retaining wall structures and ancillary highway modifications or projects.Buildings, which includes but is not limited to;• works to existing and new: stations, depots, platforms and car-parks, operational and other line side buildings including structures / walkways and systems associated with such locations.Railway Engineering, which includes but is not limited to;• projects comprising of signalling, permanent way, switches and crossings, associated structure modifications, telecoms and electrification work, and works associated with capacity and line speed improvements. This may include power supply and distribution of electricity for traction and non traction use required for the management of the operational railway.The scope of the works for the three disciplines includes:• Feasibility• Survey, investigation, and reporting• Option selection (involving outline methodology)• Outline and detailed design (including temporary works)• Implementation (including demolition)• Commissioning • Hand back into maintenance• Statutory consents and permissions• If directed, third party access agreementsThe projects to be delivered under Framework Category A may be for the renewal, replacement, refurbishment or enhancement of existing assets, or relate to new assets.Two Suppliers will be awarded a framework agreement for Lot A1 covering the Region. Network Rail intends to allocate works to the relevant supplier using a direct award process on a ‘next in line’ allocation as set out in the framework agreement. The two framework suppliers will be allocated projects with an estimated final cost between £50m and £200m on a rotational basis. In addition, these two framework suppliers will also be allocated projects with an estimated final cost between £7m and £50 on a rotation basis along with the two Lot A2 framework suppliers (see further description below for Lot A2). The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in Lot A1 would have an estimated anticipated value in the range of £145m to £155.375m.

Value: 490000000
Published: 2023-06-20
Deadline: 2023-07-28
490000000 2023-06-20 2023-07-28
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Clare Pappalardo, highway reactive works. Crown reductions to be undertaken end of August 2023 Parking suspensions can be arranged, provide 2 weeks advance notice of requests Work to be completed by end of August 23 This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-06-19
Deadline:
2023-06-19
TC1111 - Highways Maintenance Framework
Manchester Manchester City Council

Manchester City Council is seeking suppliers for a new collaborative 4-year Highway Maintenance Framework. The works and services covered by the framework have been split into 5 Lots, as follows: Lot 1 Patching defect repairs (small and large defects) Lot 2 Highway mobile repairs, includes emergencies during typical business hours, out of hours, nights, and public holidays Lot 3 Highway event support- traffic management, business hours and out of hours Lot 4 Gully cleansing Lot 5 Drainage - Repairs including improvement works, and as required, culvert, trash screen and water course clearance Additional information: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on

Value: 32000000
Published: 2023-06-16
Deadline:
32000000 2023-06-16
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

CP - Highway trees/ insurance tree pruning. DPS1 1072 Works have to be completed July 2023 (subject to nesting birds) Parking suspensions can be arranged via Clare Pappalardo (provide advance notice of at least 10dys) This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2023-06-14
Deadline:
2023-06-14
Environmental Barrier
United Kingdom London BALFOUR BEATTY CIVIL ENGINEERING LIMITED

On behalf of the SMP Alliance working with National Highways we (Balfour Beatty Civil Engineering Ltd) require Environmental Barrier reinstatement between the M3 J9-14. Providers will be required to have the capacity to deliver works in the Southern Region, Winchester to Southampton. Terms and Conditions specific to the works will be issued during the tender period for agreement in principle. To register your interest in these works your organisation must hold as a minimum: Constructionline Gold. The project aims to provide tenders with a one week return period. Scoring will be carried out thereafter. The subcontract scope is to provide all materials, plant and equipment required for: - Circa 50m of bespoke Environmental Barrier - Close board fencing - Post and rail - Work will be completed on weekday nightshifts under traffic management 1.Please confirm that you hold a Constructionline Gold account or Common Assessment Standard, of "Verified" status. Please provide a valid account number. 2.What are the most significant H&S challenges that you foresee on the Smart Motorways Alliance Projects and can you demonstrate how you as a company will mitigate against these challenges? 3.Provide details of your current and future secured workload (Dates, values, resource requirements) and confirm that you will have sufficient resource available to deliver to the scheme's requirements. 4.Please confirm if you have SMART Motorway Experience and detail which previous projects you have worked on if applicable. 5.Please provide ISO9001, ISO14001 and ISO45001 Certificates. Additional information: To register your interest for these works please provide answers to the questions to the email provided; M3J9-14Tenders@balfourbeatty.com

Value: 20000
Published: 2023-05-30
Deadline:
20000 2023-05-30
SMA NEAR Vegetation Clearance
United Kingdom London BALFOUR BEATTY CIVIL ENGINEERING LIMITED

On behalf of the SMP Alliance working with National Highways we (Balfour Beatty Civil Engineering Ltd) require vegetation clearance across the NEAR programme spanning the M25, M3, M20 and M4. Terms and Conditions specific to the works will be issued during the tender period for agreement in principle. To register your interest in these works your organisation must hold as a minimum: Constructionline Gold. Safe system of work for clearance on batters as steep as 1 in 1. Below in three stages are our site clearance requirements to enable the completion of the National Emergency Area Retrofit Programme. Stage one - Clearance for site surveys of NEAR Bays commencing from 26th June for approximately 4 to 6 weeks at night under lane closures at over 30 locations on the M20, M25 and M3. Each Bay is approximately 200m length and the depth is between 10m to 25m. All clearance carried out at this stage the subcontractor will require an ECoW to be present for all works. Stage two - Main construction site clearance works of NEAR Bays commencing from 1st Oct 23 and to be completed by 28th Feb 24 for 5 months at night under lane closures for 60 locations on the M20, M25, M4 and M3. Each Bay is approximately 200m length and the depth is between 10m to 25m. Stage three - Ongoing maintenance of vegetation clearance throughout the construction programme. 1.Please confirm that you hold a Constructionline Gold account or Common Assessment Standard, of "Verified" status. Please provide a valid account number. 2.What are the most significant H&S challenges that you foresee on the NEAR Programme and can you demonstrate how you as a company will mitigate against these challenges? 3.Provide details of your current and future secured workload (Dates, values, resource requirements) and confirm that you will have sufficient resource available to deliver to the scheme's requirements. 4.Please confirm if you have Motorway Experience and detail which previous projects you have worked on if applicable. 5.Please provide ISO9001, ISO14001 and ISO45001 Certificates. 6. Please provide your safe system of work for working on batters as steep as 1 in 1.

Value: 800000
Published: 2023-05-26
Deadline:
800000 2023-05-26
Gullies & Manholes Reinstatement
United Kingdom London BALFOUR BEATTY CIVIL ENGINEERING LIMITED

On behalf of the SMP Alliance working with National Highways we (Balfour Beatty Civil Engineering Ltd) require gully and manhole reinstatement between the M3 J9-14. Providers will be required to have the capacity to deliver works in the Southern Region, Winchester to Southampton. Terms and Conditions specific to the works will be issued during the tender period for agreement in principle. To register your interest in these works your organisation must hold as a minimum: Constructionline Gold. The project aims to provide tenders with a two week return period. Scoring will be carried out thereafter. The subcontract scope is to provide all materials, plant and equipment required for: - Reinstatement of 215No. gullies in the verge (hard shoulder), split between northbound and southbound - Each gully will consist of 1.2m x 1.2m x 0.22m material reinstatement using a HAPAS certified material - The gully ironwork to be supplied as part of the reinstatement - Work will be completed on weekday nightshifts under traffic management 1.Please confirm that you hold a Constructionline Gold account or Common Assessment Standard, of "Verified" status. Please provide a valid account number. 2.What are the most significant H&S challenges that you foresee on the Smart Motorways Alliance Projects and can you demonstrate how you as a company will mitigate against these challenges? 3.Provide details of your current and future secured workload (Dates, values, resource requirements) and confirm that you will have sufficient resource available to deliver to the scheme's requirements. 4.Please confirm if you have SMART Motorway Experience and detail which previous projects you have worked on if applicable. 5.Please provide ISO9001, ISO14001 and ISO45001 Certificates. Additional information: To register your interest for these works please provide answers to the questions to the email provided; M3J9-14Tenders@balfourbeatty.com

Value: 300000
Published: 2023-05-03
Deadline:
300000 2023-05-03
Bus Driver Facilities Framework
UK LONDON Transport for London

This is a competitive procurement for the award of a Framework Agreement to a single supplier for the manufacture and supply of toilet cabins for bus drivers (hereafter called Bus Driver Facilities or BDFs) on the London bus network. The cabins will be manufactured to a TfL owned design with design modifications provided by the supplier. Note that installation of the BDFs shall be carried out by TfL's highway maintenance contractors.The procurement is being conducted pursuant to the Restricted Procedure of the Utilities Contracts Regulations 201 ("UCR 2016"). At the end of this procurement process, TfL may choose to award a Framework Agreement with a Supplier. The Framework Agreement which Transport for London awards will be to the bidder who submitted the most economically advantageous tender.TfL intends to select up to four prospective suppliers to go forward to receive the Invitation To Tender (ITT) as further described in the Tender documents. The evaluation will award the Framework Agreement to the supplier with the Most Economically Advantageous Tender (MEAT), a combination of technical, financial, environmental and health and safety criteria. The award of the contract will be in Autumn 2023. On appointment, it is envisaged that a defined period for a design process will be required to allow the contractor to create a prototype BDF to replicate the current design, incorporate any improvements or updates in order to meet current regulatory standards.The supplier will also be expected to be engaged and contribute material for planning permissions for permanent units in certain locations, providing the necessary visualisations, plans and material descriptions of the unit as required. The designs will be submitted to TfL Engineering for review and assurance at a series of agreed dates. The periods for review and reply are defined by a TfL standard for this process which undergoes review by subject matter experts for each part of the design - structural, architectural, mechanical and electrical, public health, clean water supply and distribution and waste-water sewer connection as well as design of the streetscape elements, civils foundations and highway safety aspects. TfL have a series of standards to which reference will be made. These will also define the processes of assurance and review and set the required timescales.Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba.Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba.Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process,https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL.SAP Ariba Supplier Registration Help Page:https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html.If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.ukNB: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY.Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity.TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).The contract value stated on this notice is an estimate range based on forecast purchase volumes and does not represent a promise or any guarantee to those amounts.

Value: 4500000
Published: 2023-04-26
Deadline: 2023-05-29
4500000 2023-04-26 2023-05-29
London and Quadrant Housing Trust - Structural and Civil Engineering Services Framework 2023 - 2027
London L&Q Construction

London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes. London and Quadrant Housing Trust are tendering for the provision of Structural and Civil Engineering Services for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Framework Agreement with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This tender is for Consultants and Service providers only. This is a two stage tender and both stages adhere to the time-scales as prescribed within the Public Contracts Regulations 2015 for Restricted Tenders. Stage 1: Selection Stage Click on the 'Express Interest' Button at the bottom Click on the 'Selection Stage' Tab at the top - Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire - For the Selection Stage you will only need to submit the Standard Selection Questionnaire - We will score your questionnaire and will advise you as to whether you are successful or not - Pricing Documents will only be available to those who have passed the Selection Stage ONLY IF YOU HAVE PASSED THE SELECTION STAGE Stage 2: ITT Stage - Click on the 'ITT' Tab - Scroll to the bottom and you will be able to access the Tender Documents - Tenderers will be briefed as to what they will need to submit for this tender Please allow sufficient time to submit your return by the specified dates as late returns will not be permitted. Under the Framework Agreement L&Q and all companies within the L&Q Group (including, without limitation, Quadrant Construction Services) will have the option to call-off contracts with individual framework contractors as and when required. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the Framework Agreement. "Social Housing Provider" for this purpose means any provider of social housing and includes, without limitation, Registered Providers, Local Authorities and ALMOs. Such Social Housing Providers will only be entitled to call off under the Framework Agreement if L&Q consents. For information regarding this tender please contact Group Procurement via the tender portal. This tender is managed by Group Procurement. Please do not contact any other department within the London and Quadrant Group. Additional information: To apply, please follow the link and the steps below: https://www.in-tendhost.co.uk/quadrant-construction/aspx/Home - Create an account - Click on the tab called 'Tenders' - Click on 'Current' - On the left hand side search bar type in the name of the framework you are interested in - Once you have found the framework click on the button called 'View Details' - Then click the button called 'Express Interest' - Click on the 'Selection Stage' Tab at the top - Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire - The Standard Selection Questionnaire is the only requirement for the first stage. L&Q will only correspond with suppliers via the tender portal. Please do not attempt to Contact L&Q's Group Procurement via any other method of communication. Is a Recurrent Procurement Type? : No

Value:
Published: 2023-03-21
Deadline:
2023-03-21
Highways Planned and Reactive Maintenance and Street Lighting contract
ROMFORD LONDON BOROUGH OF HAVERING

Our Highways Planned Maintenance and Street Lighting, contracts are expiring at the end of March 2024. We would like to invite the market to an informal supplier event to carry out market engagement to provide information that will inform and shape future service provision. The following service areas are being considered: Planned Highways maintenance Reactive Highways maintenance Street Lighting & associated Services Gully Cleansing Winter Maintenance New schemes - minor New Schemes - major Sign & Lining Installation of equipment/infrastructure on the public highway and off street Structures and Bridges Flood management and drainage maintenance Emergency - out of hours call outs Call off for Professional Services The events will be held between 6 and 10 March 2023. The schedule will be confirmed later and will depend upon the number of suppliers that would like to attend. The session will be via Teams and start with a 20-minute presentation followed by a 1-hour Q & A session where the questions will be based on those set out below. As this is an informal session there is scope to deviate from the questions depending on the responses and discussion on the day. Please contact Mel Gadd: mel.gadd@havering.gov.uk by midday on Friday 24 February 2023 to register your interest in attending. This is not a full procurement exercise and London Borough of Havering does not in any way commit itself to conducting one now or in the future. This information does not, and will not, form any part of any subsequent contract between the Council and any future Provider. The Council may go out to procurement for the Services in the future. However, neither the issue of completing this questionnaire, nor any of the information presented within the questions, should be regarded as a commitment or representation on the part of the Council to go out to procurement or to enter into any future contractual arrangement. Please note that whether you participate in this exercise or not, it will not have any bearing on you being part of any future procurement exercise or additional market testing, should the Council decide to pursue it. This is Without Prejudice to any future procurement opportunities with LB Havering Additional information: This is an information gathering exercise and a response does not guarantee an invitation to tender for any services which the Council may advertise, nor that the Council will procure any such services or accept any proposals offered. The Council is looking at the implementation of a new highways contract, including road schemes, planned repair and planned maintenance of existing highways and other public areas: Re-surfacing and reconstruction of highways including laying of specialist surfaces; Maintenance, repair and replacement of street furniture, including non-illuminated signs, railings etc.; Laying of road markings; Highway drainage; Street Lighting. This is not at this stage a comprehensive list of all the services we may require from any potential contract. Planned Agenda for the Q& Sessions 20-minute presentation to include: Range of services and experience for current/previous contracts and how this would be relevant to the range of services required for those listed above. Please contact Mel Gadd: mel.gadd@havering.gov.uk by midday on Friday 24 February 2023 to register your interest in attending the Q&A session. Innovation and efficiency savings that could be achieved. Environment and Social Value aspects 1 hour Q & A session Please provide details of your depot facilities that you deliver these services from and particularly how you would deliver services to Havering Please consider the services above and advise on your suitability to deliver each and previous experience of doing so including examples. Please advise what you consider to be the optimum contract term including optional extensions for you to invest in this opportunity Please indicate the optimum cost/quality split and preferred pricing mechanism for contract Please indicate if you would be required to subcontract any of these services and if so indicate if this would be with multiple suppliers which would include SME's Please indicate your view on incentive-based contracts including the measurement of KPI's and default deductions. Please indicate based on forthcoming and concurrent opportunities elsewhere in the region whether any Havering procurement would be a priority for your company. Please indicate what you feel would be the key contractual risks to any procurement. Please indicate what you feel would be the most advantageous procurement procedure for these services and your view of subdivision into lots.

Value:
Published: 2023-02-15
Deadline: 2023-02-28
2023-02-15 2023-02-28
London and Quadrant Housing Trust - Structural and Civil Engineering Services Framework 2023 - 2027
UK London London and Quadrant Housing Trust

This is a two stage tender and both stages adhere to the time-scales as prescribed within the Public Contracts Regulations 2015 for Restricted Tenders.Stage 1: Selection StageClick on the ‘Express Interest’ Button at the bottomClick on the ‘Selection Stage’ Tab at the top- Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire- For the Selection Stage you will only need to submit the Standard Selection Questionnaire- We will score your questionnaire and will advise you as to whether you are successful or not- Pricing Documents will only be available to those who have passed the Selection StageONLY IF YOU HAVE PASSED THE SELECTION STAGE Stage 2: ITT Stage- Click on the ‘ITT’ Tab - Scroll to the bottom and you will be able to access the Tender Documents- Tenderers will be briefed as to what they will need to submit for this tenderPlease allow sufficient time to submit your return by the specified dates as late returns will not be permitted. Under the Framework Agreement L&Q and all companies within the L&Q Group (including, without limitation, Quadrant Construction Services) will have the option to call-off contracts with individual framework contractors as and when required. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the Framework Agreement. "Social Housing Provider" for this purpose means any provider of social housing and includes, without limitation, Registered Providers, Local Authorities and ALMOs. Such Social Housing Providers will only be entitled to call off under the Framework Agreement if L&Q consents.For information regarding this tender please contact Group Procurement via the tender portal. This tender is managed by Group Procurement. Please do not contact any other department within the London and Quadrant Group.

Value: 200000000
Published: 2023-02-11
Deadline: 2023-03-13
200000000 2023-02-11 2023-03-13
London and Quadrant Housing Trust - Structural and Civil Engineering Services Framework 2023 - 2027
UK London London and Quadrant Housing Trust

Value:
Published: 2023-02-10
Deadline:
2023-02-10
TC886 Highways Construction Works Framework
United Kingdom Manchester Manchester City Council

Provision of a Highways Framework Agreement relating to highway construction (and associated) work including some general civils. This may include bulk excavation, bridge construction and retaining walls. This is a non-exhaustive list. Lot 1 Highways Construction Works up to £1million Lot 2 Highways Construction Works £1million plus The initial contract term will be 2 years with the option to extend for a further period of one two-year period. Further details are set out in the Council's procurement documents. The form of contracts will be the NEC 4 June 2017 (as amended by the Council). This framework is open to and may be used by other Association of Greater Manchester Authorities (AGMA), and Manchester Partners - this includes the following Councils, Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Greater Manchester Passenger Transport Executive (GMPTE),Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority. Additional information: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed request to participate documents, including online questionnaire, via the on-line portal by 11am on 20th February 2023

Value: 100000000
Published: 2023-01-18
Deadline:
100000000 2023-01-18
Ada Lovelace S278 Highway Works
LONDON MACE LIMITED

The Department for Education requires a suitably experienced Highways Contractor to express their interest to tender for construction of S278 Highway Works to the A406 North Circular adjacent Ada Lovelace School, North Ealing. The S278 works are located at North Circular Road, London, W5 3AU. The S278 works are within the highway and are a combination of footway resurfacing works and carriageway surfacing works, with traffic light and streetlighting installation. The works in question involve the construction of the following: - Provision of traffic signal infrastructure - Dropped crossing arrangement and associated footway works - Carriageway surfacing works - Road markings - Road signs - Street lighting - Power Supply The Contractor will be responsible for the management and construction of the works along with engagement with TfL for the works to obtain any necessary permissions, road closures and/or specialist installation works by TfL. All technical approvals have been granted by TfL. TfL will be providing and installating the above ground signal equipment, however it will be the responsibility of the appointed Contractor to coordinate these works with TfL from a programme perspective. It is intended that the main contract be entered into circa February 2023 with the contracting authority considering that this being suitable for SME enterprises with experience on similar projects. It is estimated that construction works would commence in March/April 2023. At this stage, the tendering authority is looking to assess interest in the scheme via Contract Finder and compile a list of interested Contractors to be contacted as part of the formal procurement. The Contractor will likely be appointed using a JCT Design and Build for these works priced using works schedule. Appointment of contractor will be on the basis of the criteria to be published in the tender documents, and the contract will be awarded on the basis of the likely basis of the following split: Qualitative assessment 20% & Quantitative assessment 80%. Reference can be made to the link within this market notification for design drawings, specifications, surveys and PCI information. Fail criteria. All Contractors are required to submit complete pricing schedules for the works and may be excluded should insufficient detail be provided. All contractors must respond to any qualitative information. Should any Contractors score less than 50% in any one criteria they may be excluded from the ITT. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below. The ITT is expected to be issued 09.12.2022 with a return date of 13.01.2023. Appointment expected 29.01.2023.

Value: 100000
Published: 2022-12-01
Deadline:
100000 2022-12-01
Waste & Cleansing Contract - Soft Market Testing Questionnaire
UK London capitalEsourcing

Introduction The Council are in the process of developing its re-procurement strategy relating to it’s contract for Waste & Recycling Collections, Street Cleansing and Ancillary Services, including winter gritting services, (“the Services”). As part of this soft market testing exercise, the Council are seeking to identify the availability of suitable depot land/premises available in the Greater London area for the Services. This will involve the collection of approximately 180,000 tonnes of waste and recycling, street cleansing services. The Council require an organisation capable of operating 24/7 and assisting the Council to comply with its duty to maintain the highway during snow/ice events. The Council is keen to understand how competitive the market is for the Service when it re-tenders and would like to invite participants to share whether they would be capable of meeting the following requirements of: • Vehicle Parking and Fuelling/Charging for 80-90 HGV’s (approx. 8,000sq.m); • 1500 tonne Salt Barn • Vehicles and equipment maintenance/washing, welfare etc. (approx. 4,000sq.m) The Council will need to ensure that it complies with Procurement Regulations to deliver these services and to secure the best commercial arrangement with a high-quality service provider.

Value:
Published: 2022-10-20
Deadline:
2022-10-20
This procurement is for a 4 year framework to replace an expiring framework providing specialist property surveying support and advice to the EA National Estates Te
UK London Defra Network eTendering Portal

This service primarily supports Infrastructure projects where a significant proportion of the civil engineering is delivered on 3rd party owned land. This requires specialist land, property, compensation and land valuation skills to work with land owners in parallel to the design, construction and delivery of the schemes. Please see Bidder Pack Part 2 for full details

Value: 9000000
Published: 2022-10-18
Deadline: 2022-11-13
9000000 2022-10-18 2022-11-13
TC013 Supply of Concrete and Bedding
England Manchester DUE NORTH LIMITED

Manchester City Council is looking to appoint a framework for the supply of volumetric concrete and bedding, to support Civil Engineering Projects. The tender is divided into two lots as follows: • Lot 1 - Concrete batched and concrete bedding delivered to various sites by Volumetric Truck Mixer • Lot 2 - Supply and delivery of Ready-Mix Concrete

Value: 80000
Published: 2022-09-07
Deadline:
80000 2022-09-07
Civil Engineering Technician Level 3.
United Kingdom Hackney DUE NORTH LIMITED

Apprenticeship training delivery for the Civil Engineer Technician Level 3 apprenticeship standard delivery. Funded by the Apprenticeship Levy. Please note Contract award amounts are 'Up to' values depending on service need. See brief for more details. All tender responses will form part of any contract delivery agreements along with the Call-off contract.

Value: 99000
Published: 2022-08-12
Deadline:
99000 2022-08-12
Civil Engineering Technician Level 3.
United Kingdom Hackney DUE NORTH LIMITED

Apprenticeship training delivery for the Civil Engineer Technician Level 3 apprenticeship standard delivery. Funded by the Apprenticeship Levy. Please note Contract award amounts are 'Up to' values depending on service need. See brief for more details. All tender responses will form part of any contract delivery agreements along with the Call-off contract.

Value: 99000
Published: 2022-08-11
Deadline:
99000 2022-08-11
Civil & Structural Engineering Services - Civil Engineering Consultancy Services
United Kingdom Grays ADAM HTT LIMITED

Thurrock Council is seeking to appoint a Civil and Structural Engineers team to support its proposal to develop a 50-unit housing scheme in Richmond Road, Grays. The estimated cost of the development is in the region of £13 million. with an option to extend for a further 12 months. This opportunity has been distributed on adamprocure.co.uk

Value: 90000
Published: 2022-08-08
Deadline:
90000 2022-08-08
TC056 - Highway Support
UK Manchester Manchester City Council

The Highway Maintenance framework is to support Highways Maintenance Service with Major & Minor Civil Engineering projects. The purpose of this procurement exercise is to appoint a number of contractors under a Framework Agreement for Civil Engineering Construction Support Works across Manchester

Value:
Published: 2022-07-26
Deadline: 2022-08-29
2022-07-26 2022-08-29
TC056 - Highway Support
England Manchester DUE NORTH LIMITED

The Highway Maintenance framework is to support Highways Maintenance Service with Major & Minor Civil Engineering projects.The purpose of this procurement exercise is to appoint a number of contractors under a Framework Agreement for Civil Engineering Construction Support Works across Manchester

Value: 10000000
Published: 2022-07-25
Deadline:
10000000 2022-07-25
TC056 - Highway Support
UK Manchester Manchester City Council

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 29th August 2022 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation. The contracts will be for 2 years, expected to commence 09th January 2022 with option to extend for up to an additional 2 years. The successful supplier will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project. The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework. All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling. Please note that although quantities and descriptions in the framework are those used and required by Manchester City Council this framework is open to and may be used by other Authorities and Manchester Partners - this includes the following Councils - Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Transport for Greater Manchester (TfGM),Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority, Greater Manchester Police, Greater Manchester Fire Authority, Manchester International Airport, and any other public authority, National Health Service (NHS) organisation or companies / partners owned by or part of any contracting body

Value:
Published: 2022-07-25
Deadline:
2022-07-25
Highways Street Lighting
United Kingdom Essex IN-TEND LIMITED

The Council's requirement under this contract is for Street lighting repairs, electrical cable installations/repairs, fault finding, highway traffic signs, and street furniture repairs. Further information is detailed in the Specification Vol 1.2.1.

Value: 0
Published: 2022-07-18
Deadline:
0 2022-07-18
Highways Term Maintenance
United Kingdom Essex IN-TEND LIMITED

The Council's requirement under this Contract is for the provision of: Highway maintenance services/works together with new build Minor highway projects throughout the Borough to meet its duties as Highway Authority, comprising :- ? Highway surface maintenance and construction repairs to roads, footways and cycleway ranging from small patching repairs to machine surfacing and reconstruction of carriageways and footways. Surface dressing and specialist road surface treatments. ? Minor bridge repair works, parapets/barriers, bearing replacements and expansion joints ? New build Minor Highway projects varying in type from junction improvements, civil works for traffic signal installations, mini/small roundabouts, traffic calming measures including islands, bus stop facilities, footway construction, dropped crossings to footway etc ? Street furniture, lining and signing renewals and maintenance of PROW Network. Further information is detailed in the Specification document. Further information is detailed in the Specification Vol 1.2.1. The scope of works cannot be pre-determined and no undertaking is given regarding continuity or overall value of work. The scope of work will comprise of both regular reactive maintenance (Revenue funds) together with planned maintenance and new build projects (Capital funds). This is a restricted procedure therefore bidders are only required to submit a completed SQ - Selection Questionnaire at this stage with any requested attachments. The top 5 ranked bidders that have passed the SQ Stage will progress onto the ITT Stage

Value: 0
Published: 2022-06-30
Deadline:
0 2022-06-30
HS2 Main Works S1 & S2 - LOD5 Integrator - Design Coordination
United Kingdom London BIP SOLUTIONS LIMITED

LOD 5 Integrator - Outline scope of Work SCS Railways has progressed the design of the London Tunnels and associated assets in Area West to the stage of LOD 4 for most of the assets involved. The LOD 4 designs have been developed by the SCS Railways consultant DH, a joint venture between Arup, Typsa and Strabag. The work that we are currently coming to market for is the overall co-ordination of LOD 5 designs including architecture, structure and M&E (who will have their own co-ordinator) into a coherent whole in BIM (in compliance with project BEP). The assets included are 2 shafts, 4 headhouses, an entrance portal and various urban landscape elements including site boundaries and all aspects related to a complete fully integrated as built product for handover to High Speed 2. The integrator is expected to provide following services: • Review LOD4 designs and carry out a design optimisation and standardisation process to maximise Procurement, Buildability, Operability and Maintainability. This will include (but not limited to) elements such as promoting offsite fabrication, standardise M&E elements in discussions with the M&E co-ordinator, standardisation of stairs, doors etc. In doing this task, coordinator is expected to ensure that the environmental impact of the designs is minimised. • Coordinate multidisciplinary BIM and ensure that all LOD5 designs have been included in the model for clash detection, and handover to HS2. • Interface with the Design House and SCS LoD 5 designers including attending meetings. • Provide support in responding to TQs/RFIs. • Provide support in assurance of LOD 5 designs and then in handover to HS2. • Interface with all parties involved to develop commonality of function, space proofing, specification and detail, mainly for design intent review and adherence. • Support in Design & Change management. • Management of architectural production information package inclusive of the urban Realm (including landscape architecture). • BIM & CAD Outsourcing and management. • Management of specialist sub-consultant's and sub-contractors BIM deliverables. • Asset data management and collection to produce COBie (or similar) deliverable. • Management of As Built information from sub-contractors and sub-consultants including COBie. Duration - Approximately 3 years. 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 the required period. 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 (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. The procurement strategy of letting these works as an envelope package, by area or by cladding system are to be determined. Please express interest and confirm preferences and capabilities.

Value: 2500000
Published: 2022-06-24
Deadline:
2500000 2022-06-24
Ada Lovelace S278 Highway Works
England LONDON MACE LIMITED

The Department for Education requires a suitably experienced Highways Contractor to express their interest to tender for construction of S278 Highway Works to the A406 North Circular adjacent Ada Lovelace School, North Ealing. The S278 works are located at North Circular Road, London, W5 3AU. The S278 works are within the highway and are a combination of footway resurfacing works and carriageway surfacing works, with traffic light and streetlighting installation. The works in question involve the construction of the following: - Provision of traffic signal infrastructure - Dropped crossing arrangement and associated footway works - Carriageway surfacing works - Road markings - Road signs - Street lighting - Power Supply The Contractor will be responsible for the management and construction of the works along with engagement with TfL for the works to obtain any necessary permissions, road closures and/or specialist installation works by TfL. It is intended that the main contract be entered into circa October 2022 with the contracting authority considering that this being suitable for SME enterprises with experience on similar projects. It is estimated that construction works would commence in January 2023. At this stage, the tendering authority is looking to assess interest in the scheme via Contract Finder and compile a list of interested Contractors to be contacted as part of the formal procurement. The Contractor will likely be appointed using a JCT Intermediate Contract with Contractors Design for these works priced using works schedule. The appointed contractor will be responsible for the overall construction and final design of the highway works with them required to appoint the relevant highways designers directly. The Contractor will also be responsible for engaging with TfL where required. Appointment of contractor will be on the basis of the criteria to be published in the tender documents, and the contract will be awarded on the basis of the likely basis of the following split: Qualitative assessment 20% & Quantitative assessment 80%. Fail criteria. All Contractors are required to submit complete pricing schedules for the works and may be excluded should insufficient detail be provided. All contractors must respond to any qualitative information. Should any Contractors score less than 50% in any one criteria they may be excluded from the ITT. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below.

Value: 0
Published: 2022-06-22
Deadline:
0 2022-06-22
Network Rail North West & Central Region CP7 Frameworks: Framework Category C
UK London Network Rail Infrastructure Ltd

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises:• Implementation (including temporary works design and demolition)• Commissioning • Hand back into maintenance• Statutory consents and permissions• If directed by Network Rail, third party access agreementsThese works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:• Bridges (underbridges, overbridges, footbridges, property rafts)• Viaducts• Tunnels• Walls (boundary, retaining and acoustic barriers)• Drainage including culverts• Structures and works associated with river, coastal and estuarine defences• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)• Mining (mine workings, shafts and adits)• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)This lot relates to a single supplier for the Region. The successful supplier may be required to deliver a proportion of the works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (two suppliers for Lot C1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route, a supplier for Lot C1 (C) Civil Engineering (Structures and Geotechnical) in the Central Route and a supplier for Lot C1 (WCS) Civil Engineering (Structures & Geotechnical) in the West Coast South Route). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (lot C1 (R) Civil Engineering (Structures and Geotechnical).

Value: 358000000
Published: 2022-06-15
Deadline: 2022-07-29
358000000 2022-06-15 2022-07-29
Network Rail North West & Central Region CP7 Frameworks: Framework Category D
UK London Network Rail Infrastructure Ltd

Network Rail is looking to appoint two regional framework supplier(s) to deliver a proportion of the civil engineering (structures and geotechnical) minor works and reactive workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises:• Provision of emergency response capability to be able to have an initial on-site presence & response not greater than 2hrs notice.• All trades generally associated with civil engineering works on or around the railway infrastructure and its associated surroundings. Including all works associated with structural asset fabric and finishes.• Survey, investigation, and testing• Outline and detailed design (including temporary works)• Implementation • Enabling works for inspections and assessments• Demolition• Booking of possessions, isolations, and road closures• Statutory consents and permissions• If directed by Network Rail, third party access agreementsThese Works are to be performed in connection with the following categories of assets, incorporating inspection, maintenance, repair, partial or whole renewal to parts of:• Bridges (underbridges, overbridges, footbridges, property rafts)• Viaducts• Tunnels• Walls (boundary, retaining and acoustic barriers)• Drainage including culverts• Structures and works associated with river, coastal and estuarine defences• Earthworks (soil embankments, soil cuttings, rock cuttings and associated drainage works)• Mining (mine workings, shafts and adits)• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)Each order under the framework agreement will be categorised by Network Rail to detail the required response time as follows: • Emergency – Attend within 2 hours from receipt of order • Urgent – Attend within 24 hours from receipt of order• Routine – Attend within 7 days from receipt or order• Programmed – As stated on the orderService will be throughout a 24 hour period, 7 day week, 365 days per year and will include necessary cover during annual and public holidays. The two successful suppliers will be required to have adequate persons to respond to the needs of the works and ensure that the operatives are skilled in the appropriate trade or trades to enable prompt resolution of any particular defect notified to the relevant supplier. The suppliers must also have access to plant hire and material supplies to fulfil this requirement.This lot relates to two suppliers for the Region. The two successful suppliers may be required to deliver a proportion of the works within the scope of the discipline lot D1 (O-C) Civil Engineering (Structures & Geotechnical) across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the full NW&C Region (North West Route, Central Route and West Coast South Route) in Lot D1 (R) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate all orders requiring an emergency response (i.e. site attendance within 2 hours of receipt of the order) to the two successful suppliers under Lot D1 (O-C) Civil Engineering (Structures and Geotechnical). Network Rail intends to allocate works to the relevant supplier on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of works anticipated to be allocated on an equal basis (as far as possible) such that each of the two frameworks awarded in the region under this lot (lot D1 (O-C) Civil Engineering (Structures and Geotechnical)) would have an estimated

Value: 229000000
Published: 2022-06-15
Deadline: 2022-07-29
229000000 2022-06-15 2022-07-29
Network Rail North West & Central Region CP7 Frameworks: Framework Category B
UK London Network Rail Infrastructure Ltd

Network Rail is looking to appoint a regional framework supplier to deliver a proportion of the civil engineering (structures and geotechnical) workbank across the North West & Central region: https://www.networkrail.co.uk/running-the-railway/our-regions/north-west-and-central/ The scope of works which Network Rail may require comprises:• Feasibility• Survey, investigation, and reporting• Option selection (involving outline methodology)• Outline and detailed design (including temporary works)• Implementation (including demolition)• Commissioning • Hand back into maintenance• Statutory consents and permissions• If directed by Network Rail, third party access agreementsThese works are to be performed in connection with the following categories of assets, incorporating partial or whole renewal (which may include replacement, removal, major repair, major refurbishment or strengthening) of:• Bridges (underbridges, overbridges, footbridges, property rafts)• Viaducts• Tunnels• Walls (boundary, retaining and acoustic barriers)• Drainage including culverts• Structures and works associated with river, coastal and estuarine defences• Geotechnical (soil embankments, soil cuttings, rock cuttings and associated drainage works)• Mining (mine workings, shafts and adits)• Ancillary structures (e.g. foundations, support structures, access roads, fencing, gates, steps)This lot relates to a single supplier for the Region. The successful supplier may be required to deliver works within the scope of the discipline lot across the full NW&C Region (North West Route, Central Route and West Coast South Route) in addition to suppliers appointed for the routes (Lot B1 (NW) Civil Engineering (Structures and Geotechnical) in the North West Route and Lot B1 (C&WCS) Civil Engineering (Structures and Geotechnical) in the combined Central Route and West Coast South Route areas). Network Rail intends to allocate works to the relevant supplier from an annual workbank portfolio on a direct award basis (subject to certain criteria and up to a set percentage of the annual workbank value) as set out in the framework agreement. The estimated value stated at Section II.2.6 relates to the portion of the works anticipated to be allocated to the successful supplier in the Region under this lot (lot B1 (R) Civil Engineering (Structures and Geotechnical)).

Value: 695000000
Published: 2022-06-15
Deadline: 2022-07-29
695000000 2022-06-15 2022-07-29
TfGM Ducting and Minor Highway Improvement Works Framework
UK Manchester Transport for Greater Manchester

Value:
Published: 2022-06-14
Deadline:
2022-06-14
Highway Condition Survey and Lifecycle Planning
United Kingdom Essex IN-TEND LIMITED

The Council's requirement under this Contract is for a Highway Condition Survey and Lifecycle Planning system. As a Local Authority responsible for highways services, we have a duty of care to maintain the safety and usability of the roads within the borough. Our responsibilities are outlined in the Highways Act 1980 and the Code of Practice for Well Managed Highways Infrastructure including asset valuation, document management and scheme identification and budgeting.

Value: 0
Published: 2022-06-13
Deadline:
0 2022-06-13
Framework Agreement for Commissioning Consultancy Services
UK London City, University of London

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Civil-engineering-consultancy-services./7D87B4955F To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/7D87B4955F GO Reference: GO-202261-PRO-20239300

Value:
Published: 2022-06-01
Deadline:
2022-06-01
Traffic Management Orders
UK London Westminster City Council

The Traffic Management Order Service Provider will be required to provide its services to other contracts procured in respect of highways maintenance and transportation related services and / or works. These are Highways Management and Transportation Projects, Public Lighting Management, Electrical and Mechanical Services and Bridges & Structures Management Contracts for any projects undertaken, these include:— Traffic, Safety and Parking related Projects,— Highway and public lighting Improvements (development related),— Public Realm Improvements,— Security Projects.A full description can be found in the Service Specification please see documents attached to the opportunity on Capital E Sourcing ref prj_WCC_20124

Value: 1500000
Published: 2022-05-26
Deadline: 2022-07-04
1500000 2022-05-26 2022-07-04
Traffic Management Order
England London BRAVOSOLUTION UK LIMITED

The Traffic Management Order (TMO) contract is part of a suite of Contracts that cover the design, delivery and maintenance of Highways assets. The TMO contract supports the delivery of public realm, safety and developer schemes amongst others covering changes to Carriageways, Footways, Lighting, Drainage, Bridges and other Structures. The work under this Contract comprises the provision of an integrated service comprising of but not limited to: - Order making of permanent and temporary traffic orders including, consultation, advertising and mapping, - Professional advice on traffic management regulations, signs and compliance, - Order Amendments for parking designations, - Traffic Orders for Projects carried by third parties e.g. developers, - Maintenance of the WCC owned "Parkmap" System and Supply of Traffic Survey Data, and any replacement /additional IT systems, - To provide, support and maintain systems used by both supplier and client to support the delivery of services as required. The Traffic Management Order Service Provider will be required to provide its services to other contracts procured in respect of highways maintenance and transportation related services and / or works. These are Highways Management and Transportation Projects, Public Lighting Management, Electrical and Mechanical Services and Bridges & Structures Management Contracts for any projects undertaken, these include: - Traffic, Safety and Parking related Projects, - Highway and public lighting Improvements (development related), - Public Realm Improvements, - Security Projects. Full information can be found in the tendering opportunity documents on Capital E Sourcing reference itt_WCC_15914

Value: 0
Published: 2022-05-24
Deadline:
0 2022-05-24
TfGM Ducting and Minor Highway Improvement Works Framework
UK Manchester Transport for Greater Manchester

To ensure implementation of all required works within the required timescales, and to facilitate various available funding schemes, TfGM will require a maximum of three suitably experienced suppliers to be available to undertake associated ducting and other minor highways enabling projects as soon as possible, and then on an on-going basis throughout the years to support the expenditure of funding.The framework is open for the entire TfGM estate to utilise as and when required.The contractual arrangement is also intended to be made available for use by other local Greater Manchester authorities who may require works to be delivered via the framework subject to availability of funding.The framework will consist of 1 lot, with 3 appointed suppliers.

Value: 200000000
Published: 2022-05-05
Deadline: 2022-06-02
200000000 2022-05-05 2022-06-02
Civil & Structural Engineering Services - Civil Engineering Consultancy Services
United Kingdom Grays ADAM HTT LIMITED

Thurrock Council is seeking to appoint a Civil and Structural Engineers team to support its proposal to develop a 50-unit housing scheme in Richmond Road, Grays. The estimated cost of the development is in the region of £13 million. with an option to extend for a further 12 months. This opportunity has been distributed on adamprocure.co.uk

Value: 90000
Published: 2022-05-04
Deadline:
90000 2022-05-04
TfGM Ducting and Minor Highway Improvement Works Framework
England Manchester DUE NORTH LIMITED

TfGM are looking to re-establish a framework for the procurement of minor civils work for highway projects. -Deliver several other highway improvements including bus stop upgrades, signalised controlled crossings, and junction upgrades. As well as the delivery of the GD3 SCOOT / MOVA project. -The scope of the framework is to be widened slightly from that of the current framework, to encompass further standard highways specifications including the schemes carriageway resurfacing in the vicinity of highway improvement, crossings and widening the scope for kerbing, footway reinstatement and road markings. -There will be further SCOOT / MOVA improvements. These include the installation of ducting to enable the installation of cabling to facilitate the monitoring of traffic flows. These schemes will come forward as quick win schemes from the Bus Service Improvement Package and the Pinch Point schemes. -The scope of the work will include ducting, kerbing, footways, carriageway surfacing and road markings. -The contractual arrangement will be required to accommodate works at numerous (approximately 70) disparate sites throughout Greater Manchester (work packages). It is anticipated that works packages will be issued throughout the contract duration in a phased manner to ensure efficient and effective use of internal and external resources. This will ensure that the framework has the flexibility to meet the requirements of the various projects it will support. - The contractual arrangement is also intended to be made available for use by other authorities who may require works to be delivered via the framework subject to availability of funding. These include the 10 members of the Association of Greater Manchester Authorities. - There is no guarantee given relating to the value of works to be instructed via this framework agreement.

Value: 20000000
Published: 2022-05-04
Deadline:
20000000 2022-05-04
Wales & Western CP7 Frameworks for Building and Civils Renewals Works
UK London Network Rail Infrastructure Ltd

The Western Structures portfolio will cover the ongoing maintenance & renewals programme of civil engineering assets such as bridges, tunnels, retaining walls, culverts, scour works to piers & abutments, sea defences and estuarine works.

Value: 2000000000
Published: 2022-04-01
Deadline: 2022-04-20
2000000000 2022-04-01 2022-04-20
HS2 Main Works S1 & S2 - WP148.3_Noise Barriers (Precast installation & FRC torsion beams)
United Kingdom London BIP SOLUTIONS LIMITED

The scope of the subcontract works for this package is the installation of the free issue precast reinforced-concrete noise barriers, which are to be manufactured and supplied by the precast concrete manufacturer engaged by SCS JV, as well as the construction of the Formwork Reinforced Concrete (FRC) torsion beams, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.). This is required for the proposed noise barrier structure to be installed 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 c.1.5km in length and is to be installed either side of the HS2 trace along the West Ruislip Retained Embankment (including the Breakspear Road South and River Pinn Underbridges) and the Gatemead Embankment. It is SCS JV's preference to engage a specialist precast concrete installer to install the precast reinforced-concrete noise barriers into position, including the design, installation and removal of the required temporary works (e.g. Kelly blocks, props, pedestals, pancake jacks, etc.), whereby it is understood that the FRC works relating to the construction of the torsion beams may either be delivered directly by the specialist precast concrete installer or subsubcontracted to an FRC subsubcontractor. To assist you in determining whether or not this opportunity is of interest to your company, please find attached the following: - Noise Barrier - Construction Sequence - 20-7-21 (The subcontract works for this package will comprises Stages 6-9 (both inclusive)). - Ruislip Noise Barriers Architectural Drawing Sections, axonometrics and visualisation (1MC04-SCJ_SDH-AR-DPH-SS05_SL07-869000 rev P02). - Specification and SCEW Appendices - Noise Barriers S2 (1MC04-SCJ_SDH-DS-SPE-SS05_SL07-000008 rev C02.2). - (General Plan) Ruislip Noise Barriers, Engineering Structural Drawing, General Plan, Ruislip Noise Barriers (1MC04-SCJ_SDH-ST-DSO-SS05_SL07-865001 rev P03). - (Typical example of setting out drawing for south side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 3 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860103 rev P02). - (Typical example of setting out drawing for north side of the embankment, including the RPU) Ruislip Noise Barriers, Engineering Structural Drawing, General Arrangement, Setting Out, Noise Barriers, Torsion Beams, Piles 8 (1MC04-SCJ_SDH-ST-DGA-SS05_SL07-860108 rev P02). PLEASE REFRAIN FROM RESPONDING TO THIS OPPORTUNITY UNLESS YOU HAVE READ IT IN FULL AND HAVE THE CAPABILITIES / EXPERTISE TO UNDERTAKE WHAT IS REQUIRED, TAKING INTO CONSIDERATION THE COMPLEXITY. 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 carry out the subcontract works 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) - Achilles Building Confidence (with Site Audit) may be required if the package is classified as high risk, - Constructionline Gold - Constructionline Platinum may be required if the package is classified as high risk, 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.

Value: 5000000
Published: 2022-03-24
Deadline:
5000000 2022-03-24
HS2 Main Works S1 & S2 - Internal and External Metal Fire and Security Doors (WP084 Metal Doors)
United Kingdom London BIP SOLUTIONS LIMITED

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.

Value: 2500000
Published: 2022-03-18
Deadline:
2500000 2022-03-18
SCS Accommodation Maintenance
United Kingdom London BIP SOLUTIONS LIMITED

High Speed 2 (HS2) is the new High-Speed Rail Network running between London in the South and Manchester and Leeds 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 (estimated price circa 2 billion). 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. To deliver the Works SCS requires an enormous welfare and temporary site services infrastructure across a portfolio of different locations. The SCS procurement strategy is to a procure a facilities management contractor(s) to undertake and manage all planned and preventive maintenance across all accommodation on the SCS project The contractor will carry out all required maintenance on the SCS accommodation in line with set British standards and in accordance with the SCS Health & Safety requirements. PPM and reactive Maintenance of the following but not limited too will be required at each accommodation location: • Rainwater systems • Internal and external doors • Windows • mechanical systems, • air conditioning and ventilation, • Electrical systems, to include six monthly RCD testing and a full test of the building yearly • Internal and External Lighting (inclusive of emergency lighting) monthly flick testing and yearly full discharge test • Fire alarm system, the weekly test • security system, CCTV and biosite interface • Lifts • Holt and Cold Water Systems (to include all testing sampling, temperature checks and flushing) • Foul Drainage and sanitary • Comms (I think is Costain IT Chris Patten) • Signage and Wayfinding • PAT Testing • Utility Provisions • Cleaning Facilities • 11 monthly lightning protection periodic testing where required SCS will issue a schedule of maintenance components for the contractor to tender against. The contractor is to develop a Planned preventive maintenance schedule and submit for approval. The FM contractor(s) will report to the area superintendent and attend meetings as an when required and evidence the maintenance through comprehensive record keeping. 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. About the buyer: We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor 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. -----------------------------------------------------------------------------------------------------------------------------------------   We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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. 1. Have you undertaken projects where all Front-line supervision and operatives are directly employed / PAYE? Yes/ N0 2. Can you confirm if your Labour Force is governed by any Trade Union Affiliation? Yes/ No 3. Please state the number of apprentices you have employed in the last 3 years? 4. Response time you offer 5. What SCS attendance you would require 0 1 - 5 6 -10 11 - 15 16 - 20 20+ 6. Provide evidence of past or current projects where you have maintained 20+ buildings across a vast area. 7. How many maintenance engineers do you employ directly? What is the total number you have 8. What Percentage of the described scope do you anticipate subcontracting: 0% 1% - 25% 26% - 50% 51% - 75% 75% - 100%

Value: 5000000
Published: 2022-03-16
Deadline:
5000000 2022-03-16
Minor Civils Works Framework
United Kingdom London IN-TEND LIMITED

The Authority is seeking to procure a framework with a maximum of three contractors for minor works in relation to the NLHPP. The NLHPP is a programme of works carried out for the Authority at its 'EcoPark' site, in Edmonton, London N18 AG. The minor works involve the construction and commissioning of enhancements to the civil infrastructure in and around the EcoPark, and may include but not be limited to: (i) intrusive site investigations to verify the location of services and underground obstructions; (ii) alterations and enhancements to roads and pedestrian accesses to enable the EcoPark to function whilst the new NLHPP facilities are constructed and brought into service. These may span watercourses, as well as working with the relevant highway authority for adopted highways; (iii) alterations and enhancements to EcoPark security infrastructure to enable NLHPP construction areas to operate within the EcoPark's overall security system; (iv) temporary and permanent alterations to the EcoPark water and drainage systems to enable the construction of NLHPP facilities; (v) diversion of utilities to enable NLHPP delivery; (vi) landscaping reinstatement of soft verges and footpaths around the EcoPark; (vii) supply and install temporary buildings; and (viii) removal of any temporary structure erected during the NLHPP works. The works are required to enable the efficient and effective delivery of the NLHPP for the development of a replacement energy recovery facility and associated works at the EcoPark pursuant to a development consent order granted to the Authority on 24.2.2017. It is anticipated that design of any works under the framework will typically be carried out by the Authority's technical advisor to enable the contractor to carry out construction. The contractor may be required to design certain elements of detailed design. The site for the works, Edmonton EcoPark, is an operational waste management site where LondonEnergy Ltd, a private company wholly owned by the Authority, operates an existing Energy from Waste (EfW) facility. Normal operation of the EfW facility (24/7 working schedule) is to be maintained at all times during any works to be performed under the framework. Contracts will be called off under the framework by way of direct award through a cab rank system (also known as a direct award via rotation) for projects that are under ?50,000 and by way of a mini-competition procedure for projects above this threshold. Further details of the required works are set out in the procurement documents. The Memorandum of Information provides background information on the Authority, the NLHPP and a summary of the key contract terms in relation to these works.

Value: 0
Published: 2022-03-08
Deadline:
0 2022-03-08
Contract for the Provision of Weed Control Services
England Barking BRAVOSOLUTION UK LIMITED

The London Borough of Barking and Dagenham is seeking a qualified and experienced provider to meet the Council&apos;s requirement to carry out the control of weeds throughout the Borough. The contract requires that areas are kept clear of weeds through the application of an approved weed control chemical on five separate occasions throughout the year. The contractor must comply with all Road Traffic Regulations and all other current legislation relating to works which affect the Highway. The contractor must also comply with all relevant sections of the New Roads and Street Works Act 1991 where the works will affect the Highway. This contract is designed to deliver the highest quality service available in line with British and European Standards, sound and accepted best practice implicit in the specification and public and user health and safety. The Contract value range in this notice is inclusive of Scheduled and non Scheduled Works. The percentage of Scheduled Works of the Contract Value range is 90%. The Contract value range in this notice is for a full four year contract, 2 years + the option to extend for up to a period or periods of 24 months.

Value: 0
Published: 2022-03-03
Deadline:
0 2022-03-03
Market Engagement for Traffic Management Orders
England London BRAVOSOLUTION UK LIMITED

Westminster City Council (the Authority) is a highway authority (with duties as defined in the Highways Act 1980) and is responsible for the majority of the highways (approximately 206 miles of carriageway) within the City of Westminster in London. This procurement will be linked to separate contracts undertaken by the Authority in respect of highways maintenance and transportation related services and / or works. The work under this Contract comprises the provision of an integrated service comprising of but not limited to: - Order making of permanent and temporary traffic orders including, consultation, advertising and mapping, - Professional advice on traffic management regulations, signs and compliance, - Order Amendments for parking designations, - Traffic Orders for Projects carried by third parties e.g. developers, - Maintenance of the "Parkmap" System and Supply of Traffic Survey Data, and any replacement /additional IT systems, - To provide, support and maintain systems used by both supplier and client to support the delivery of services as required. The Traffic Management Order Service Provider will be required to provide its services to other contracts procured in respect of highways maintenance and transportation related services and / or works. These are Highways Management and Transportation Projects, Public Lighting Management, Electrical and Mechanical Services and Bridges & Structures Management Contracts for any projects undertaken, these include: - Traffic, Safety and Parking related Projects, - Highway and public lighting Improvements (development related), - Public Realm Improvements, - Security Projects. Service providers with experience of delivering these types of services are invited to submit an expression of interest. To register your expression of interest kindly visit our e-tendering portal; www.capitalesourcing.com and search for the following reference: pqq_WCC_1756 - Traffic Management Orders - EOI by 17:00 on the 18 March 2022. If you have any questions prior to the event, please submit these through the e-tendering portal. Please note: - Full details of the service requirements will be published with the tender documents as part of the ITT. - This is not a guarantee of further competition. The Authority reserves the right, at its own discretion, to withdraw from the process and pursue alternative routes for the provision of this service, should it decide to do so. - The Authority will not reimburse service providers for any expenses incurred as a result of participating in engagement opportunities.

Value: 0
Published: 2022-03-03
Deadline: 2022-03-18
0 2022-03-03 2022-03-18
Civil Engineering Works and Minor Construction Projects - Term Contract
United Kingdom Watford BIP SOLUTIONS LIMITED

Text to be corrected in the original notice: Instead of: Text to be added Read: Added text to II.2.4. This additional notice advises that the Council has updated the Tender information with TUPE information. The relevant TUPE information and associated Council Clauses have been added as it may apply. Please note that the Council has revised the Contract Value to £10m. Other additional information: This additional notice advises that the Council has updated the Tender information with TUPE information. The relevant TUPE information and associated Council Clauses have been added as it may apply. Please note that the Council has revised the Contract Value to £10m. Civil Engineering Works and Minor Construction Projects - Term Contract

Value: 0
Published: 2022-02-28
Deadline:
0 2022-02-28
Minor Works Framework to facilitate successful delivery of the North London Heat and Power Project (Edmonton, London) - civil engineering and associated supplies and services
UK London NORTH LONDON WASTE AUTHORITY

The Authority will be publishing a Market Engagement webinar on 18.02.2022 to engage contractors by explaining the opportunities associated with the works and to invite views from interested contractors for the delivery of the Minor Works Framework. The Market Engagement Webinar will be available to view on the Authority's website: http://www.northlondonheatandpower.london/suppliers/ The Market Engagement Webinar will include a link to a questionnaire which will invite feedback on specific aspects of the works. The deadline for providing feedback and asking questions is 25.02.2022 at 12.00pm. Written feedback provided by contractors will be treated as confidential by the Authority and will not be shared with other contractors. The Authority's answers to questions will be collated and made available on the website with the contractor's name redacted. If a contractor wishes the Authority to treat a question and the subsequent answer as confidential, it must state this when asking the question. If, in the opinion of the Authority, the question is not confidential, the Authority will inform the contractor and the contractor will have an opportunity to withdraw the question. If the question is not withdrawn, the answer will be made available on the website.

Value:
Published: 2022-02-17
Deadline:
2022-02-17
HS2 Main Works S1 & S2 - WP085_Metalwork - Handrails and Balustrades AND/OR WP0211_Metalwork - Sundry
United Kingdom London BIP SOLUTIONS LIMITED

*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

Value: 0
Published: 2022-02-14
Deadline:
0 2022-02-14
Flytipping Removal & Highways Incident Response
United Kingdom Essex IN-TEND LIMITED

The Council requires a Contractor to provide: ? The collection and disposal of Contract Waste (including Hazardous Waste) which has been identified by our Street Cleansing Teams as having been disposed of illegally or causing a nuisance on the Public Highway or Council owned land. ? In addition to this, the Council requires Clearance of bodily fluid or and contaminated waste (including chemical waste) from the Public Highway.

Value: 0
Published: 2022-02-10
Deadline:
0 2022-02-10
Public Realm Maintenance and Improvements
United Kingdom London DUE NORTH LIMITED

To provide maintenance, upgrade and improvement works to the public and housing estate highway for the London Borough of Camden. The services covered by this tender documentation are split into two Lots as follows: Lot 1 Camden Area A Lot 2 Camden Area B The contract duration will be 5 years with an optional extension of up to 3 years.

Value: 90000000
Published: 2022-02-02
Deadline:
90000000 2022-02-02
2122-0330 Islington Council Term Service Highway Works Contract
UK London Islington Council

The new contract is to include the following works and services:o Carriageway resurfacing programme and project works - planned inlay, overlay and patching schemes requiring machine lay surfacing.o Footway reconditioning schemes and project works - planned footway schemes to replace or recondition footways, kerbs and edgings.o Structures and bridge works – repairs and replacements to structures.o Drainage schemes – following inspections and cleansing covered elsewhere, any civil engineering works needed for repairs and replacements.o Road Markings – provision of road markings for new and refresh works, parking enforcement, and schemes.o Civil Engineering Schemes/Projects – Schemes delivered by Highways or Traffic Services, junction upgrades, cycleways and public realm schemes.o Tree cutting, maintenance and removal – Option for the Council’s Greenspace and Business Services to utilise this contract as a back-up service if required such as following storm events.o Emergency Tree Response – To support the Council’s Direct Services Organisation to respond to emergency tree removal and felling.The award of the contract may result in a transfer of staff under the Transfer of Undertakings (Protection of Employment) Regulations 2015 and further details will appear in the tender documentation.Price is not the only award criterion and all criteria are stated only in the procurement documents.

Value: 32000000
Published: 2022-01-28
Deadline: 2022-02-28
32000000 2022-01-28 2022-02-28
HS2 Main Works S1 & S2 - WP148.5_Noise Barriers (Doors)
United Kingdom London BIP SOLUTIONS LIMITED

The scope for this package is the supply and installation of six (6) no. sound-insulated doors, frames and fixings required for the proposed precast reinforced-concrete noise barrier structure to be installed 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 by SCS JV either side of the HS2 trace along the West Ruislip Retained Embankment and the Gatemead Embankment. The frames are to be fitted on site and fixed to the barrier only on the vertical edges, to allow the movement of the adjoining barriers that join centrally above the door (see the drawing with the reference ending 864102 attached to this CompeteFor opportunity). The doors must comply with the acoustic requirements in the 'Specification and SCEW Appendices' document attached to this CompeteFor opportunity, offer a 60-year life (with associated maintenance) and be suitable to resist the loads imposed upon them by the high-speed trains. The doors shall be replaceable at the end of their 60-year life cycle. 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 Noise Barriers, Torsion Beams, Piles Details 2 (1MC04-SCJ_SDH-ST-DDE-SS05_SL07-864102). - 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 '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 to demonstrate that the fixings are suitable to fix the frame to the structure, and the frame suitable to flex with the movement of the panels without hindering the use of the door.

Value: 2500000
Published: 2022-01-28
Deadline:
2500000 2022-01-28
2122-0330 Islington Council Term Service Highway Works Contract
England London DUE NORTH LIMITED

The Council is seeking to appoint a contractor to deliver its programme of highway maintenance, traffic management and public ream improvements and changes to the Highway associated with development through agreements under section 278 of the Highways Act 1980.

Value: 32000000
Published: 2022-01-27
Deadline:
32000000 2022-01-27
2122-0330 Islington Council Term Service Highway Works Contract
UK London Islington Council

1. Islington Council and its partners are committed to work towards a ‘Fairer Islington,’ for more information see www.islington.gov.uk. 2. Islington Council aims to provide equality of opportunity and welcomes applicants who meet the qualitative selection criteria from black and minority ethnic communities and disabled groups. 3. To express interest in the contract, Applicants must complete and submit the SQ through the London Tenders Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline. 4. All queries and communications relating to this procurement should be raised via the London Tenders Portal. Please do not contact any officer of Islington Council direct. 5. Applicants are advised that all costs incurred either directly or indirectly in preparation, submission or otherwise related to this advertisement will be borne by them, and in no circumstances will the council be responsible for any such costs. 6. A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements, timescales or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement. 7. All financial values in this Contract Notice are estimated and may be subject to change. 8. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change.

Value:
Published: 2022-01-27
Deadline:
2022-01-27
Publication of Planning and Highway Notices
England London London Borough Of Lambeth

The Council requires a Service Provider for the regular publication of planning and highways notices in a newspaper that is widely distributed across the London Borough of Lambeth. See attached RFQ documents for further details and how to apply.

Value: 90000
Published: 2022-01-27
Deadline:
90000 2022-01-27
HS2 Main Works S1 & S2 - WP148.4_Noise Barriers (Acoustic absorbers)
United Kingdom London BIP SOLUTIONS LIMITED

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.

Value: 5000000
Published: 2022-01-27
Deadline:
5000000 2022-01-27
HS2 Main Works S1 & S2 - WP028.3 - HROC Bridge Demolition
United Kingdom London BIP SOLUTIONS LIMITED

Scope of the subcontract works Dismantling and removal of the Harvil Road Over Chilton Line Bridge including service disconnections, soft strip, structural assessment, method planning, temp works design, asset protection, traffic management, removal and disposal. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 2500000
Published: 2022-01-07
Deadline:
2500000 2022-01-07
Developing an internal framework for managing authorisation projects
England London OFFICE OF RAIL AND ROAD

*Please note that this is a re-advertised opportunity. Previously this was only open to suppliers on a framework BUT it is now open to anyone* Engineering and Asset Management (E&AM) Department The E&AM department is part of the Railway Planning and Performance directorate. The department remit covers assessment of submissions for Interoperability Authorisation, holding Network Rail to account, undertaking assurance reviews and providing expert knowledge and skills to support other departments within ORR. The department is multi-disciplined and encompasses the following disciplines; Interoperability and Rail Vehicle Engineering, Train Control Systems, Civil Engineering, Asset Management and Enhancements. Please see attachments for further detail of scope

Value: 0
Published: 2022-01-06
Deadline:
0 2022-01-06
Developing an internal framework for managing authorisation projects
England London OFFICE OF RAIL AND ROAD

Engineering and Asset Management (E&AM) Department The E&AM department is part of the Railway Planning and Performance directorate. The department remit covers assessment of submissions for Interoperability Authorisation, holding Network Rail to account, undertaking assurance reviews and providing expert knowledge and skills to support other departments within ORR. The department is multi-disciplined and encompasses the following disciplines; Interoperability and Rail Vehicle Engineering, Train Control Systems, Civil Engineering, Asset Management and Enhancements. Please see attachments for further detail of scope

Value: 0
Published: 2021-12-10
Deadline:
0 2021-12-10
Joint Sealing
England London BALFOUR BEATTY CIVIL ENGINEERING LIMITED

On behalf of the SMP Alliance working with Highways England we (Balfour Beatty Civil Engineering Ltd) require Joint Sealing along existing pavement joints during Narrow Lanes (approximate) total of 35km. Providers will be required to have the capacity to deliver works in the Southern Region, Winchester to Southampton. Terms and Conditions specific to the works will be issued during the tender period for agreement in principle. To register your interest in these works your organisation must hold as a minimum: Constructionline Gold. The project aims to provide tenders with a two week return period. Scoring will be carried out thereafter. The Subcontract Scope for Joint Sealing works will be provision of people, Equipment, Plant and Materials to (where appropriate) undertake joint sealing and overbanding in accordance with Series 700. This may include the following: (a) Overband (b) Fill and Overband (c) Inlaid Single Crack (d) Inlaid multiple cracks 1. Please confirm that you hold a Constructionline Gold account or Common Assessment Standard, of "Verified" status. Please provide a valid account number. 2. What are the most significant H&S challenges that you foresee on the Smart Motorways Alliance Projects and can you demonstrate how you as a company will mitigate against these challenges? 3. Provide details of your current and future secured workload (Dates, values, resource requirements) and confirm that you will have sufficient resource available to deliver to the scheme's requirements. 4. Please confirm if you have SMART Motorway Experience and detail which previous projects you have worked on if applicable. 5. Please provide ISO9001, ISO14001 and ISO45001 Certificates.

Value: 0
Published: 2021-11-26
Deadline:
0 2021-11-26
WP298 Mesh & Reinforcement
United Kingdom London BIP SOLUTIONS LIMITED

The provision of Mesh & Reinfocement Accessories (WP298) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed materials needed. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP297 Site Tools, Fixings & Consumables
United Kingdom London BIP SOLUTIONS LIMITED

The provision of Site Tools, Fixings & Consumables (WP297) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed items needed. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP018.1 Temporary Signage
United Kingdom London BIP SOLUTIONS LIMITED

Supply all Temporary Signage (WP018.1) for Embankments of Euston, Old Oak Common, West Ruislip and Area South Core. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP021 Crawler Cranes
United Kingdom London BIP SOLUTIONS LIMITED

We require the provision of Crawler Cranes (WP021) on site for various lifting operations from small lifts (5t) to heavy lifts (600t) and more, depending on the specific details of installation methodology for major structures, some of which are still in development. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP178 Mobile Craneage
United Kingdom London BIP SOLUTIONS LIMITED

We require the provision of Mobile Cranes (WP178) from 20 - 200 tonne for the project duration of 5 years Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP201 Builders Merchant
United Kingdom London BIP SOLUTIONS LIMITED

The provision materials from the Builders Merchants (WP201) from time to time as and when requested through the Plant & Materials requisition process. Typical items included within Builders Merchants are as follows: Timber Sand, Cement etc.. Geotextiles materials Drainage material Etc Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP300 Lifting Gear & Equipment
United Kingdom London BIP SOLUTIONS LIMITED

The provision of Lifting Gear & Equipment (WP300) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed items needed Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP299 Timber
United Kingdom London BIP SOLUTIONS LIMITED

The provision of Timber (WP299) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed materials needed. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP255 First Aid Equipment
United Kingdom London BIP SOLUTIONS LIMITED

The provision of First Aid Equipment (WP255) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed items needed. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
WP301 Stocked Steel
United Kingdom London BIP SOLUTIONS LIMITED

The provision of Stocked Steel (WP301) requested through the establishment of Call Off orders required for all areas of the HS2 Area South Project. This will be tendered as a 5 year framework with opportunity to be reviewed annually. To enable the delivery teams to obtain materials from this package, SCSJV will look to arrange a Call Off Order for each Area using the digital requisition portal, whereby the delivery team can order the agreed materials needed. Following responses to this CompeteFor advert, suppliers will be shortlisted and successful suppliers will be invited to a competitive tender for the framework of works and services whereby final selection will be based upon a balanced scorecard assessment. The criteria of this assessment will consider quantitative and qualitative evidence supplied by tenderer's. We are an unincorporated joint venture between Skanska, Costain and Strabag working on HS2 main works civil engineering contract, currently in the early contractor involvement stage 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 endeavor coming to completion under the streets of London in 2018. 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.

Value: 0
Published: 2021-11-24
Deadline:
0 2021-11-24
Your Alerts:
Civil Eng

In addition to our base in north-west England, Thornton & Lowe also has offices across the UK. Tailoring our services to fit the specific needs of each client, we are always happy to discuss the exacting requirements of each contract across the many facets of this fast-paced sector.

We pride ourselves on the flexibility and professionalism of our bid management services, and we have a great record of helping businesses secure lucrative highways contracts all over the UK.

If you are looking for tender writing or full bid management support for highways and civil engineering contracts please contact us now.


Get bid support

Push your business to the next level.
Win more highway & civil engineering contracts.

Get bid support

Made by Statuo