Closed
Mechanical, Electrical, Public Health (MEPH) and Lifts.
Descriptions
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. 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. The Project is split down into three areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip). This opportunity currently relates to works that will occur in Area West, which extends from West Ruislip to Old Oak Common, although there may be the possibility to extend the scope to cover Area Central and Area East at a later date once requirements have ascertained. Buildings, bridges and other assets along the route of the tunnels need to be prepared for the tunnel boring machines (TBMs) to be driven through underground and remediated/repaired afterwards in the event of damage as a result of movement and the like. The specific scope for this opportunity is: The provision of all management, supervision, labour, plant, materials, equipment and consumables (including fuels) necessary to carry out and complete the design, supply, delivery, installation, maintenance, testing and commissioning of the Building work consisting of: General Items: •Assessment and design of solutions for permanent works as may be required including associated drawings, calculations and P.I. insurance. •Design and provision of any necessary temporary works required including the associated drawings, calculations and P.I. insurance. •All necessary access provisions and equipment. •Coordination and integration with other trades and subcontractors to properly complete the works. •Necessary expertise, experience, assurances and approvals relating to working in Network Rail, London Underground and Highways environments. •Capability for the fabrication/manufacture of works off-site. •Assistance and support in the preparation for, and acquisition of, any required licenses, consents, approvals and permissions. •BIM capability is preferable although not critical. MEPH includes: •Disconnection and reinstatement of main services entering the building depending on entry location into building to be applicable (electrical, gas, telecoms) •Internal services disconnection and reinstatement i.e. main incoming supply to main board/ consumer unit and slackening of internal cabling to prevent stretching and or damage. •Making safe/ partial decommission of lifts and bringing back into operational use (test & commission). •Disconnection and reinstatement of a/c high pressure pipework as well as any variable HVAC systems. •Secondary steelwork, brackets, angles, Unistrut etc. for the localised re-supporting of services. 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 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.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
London
CPV Codes
50710000 - Repair and maintenance services of electrical and mechanical building installations
51120000 - Installation services of mechanical equipment
71334000 - Mechanical and electrical engineering services
45332200 - Water plumbing work
50750000 - Lift-maintenance services
45313100 - Lift installation work
45351000 - Mechanical engineering installation works
42416120 - Goods lifts
42416100 - Lifts
71314100 - Electrical services
45310000 - Electrical installation work
50712000 - Repair and maintenance services of mechanical building installations
45350000 - Mechanical installations
51100000 - Installation services of electrical and mechanical equipment
45332000 - Plumbing and drain-laying work
50711000 - Repair and maintenance services of electrical building installations
50532400 - Repair and maintenance services of electrical distribution equipment
Keywords
lifts
elevators
passenger lifts
goods lifts
bath lifts
service lifts
wheelchair lifts
residential elevators
hydraulic lifts
traction elevators
freight lift
goods elevator
service lift
industrial lift
platform lift
cargo hoist
warehouse lift
dumbwaiter
stock elevator
heavy-load lift
electrical installation
building wiring
electrical systems fitting
internal power grid
circuit installation
electrical infrastructure
lighting and power setup
cable routing
electrical connection works
electrical network installation
lift installation
elevator fitting
vertical transport system
building lift system setup
passenger lift works
freight elevator installation
mechanical hoist fitting
shaft and lift cabin install
escalator and lift combination works
internal lift system
plumbing and drain-laying work
pipe system installation
sewer and drainage fitting
sanitary plumbing works
wastewater pipe infrastructure build
water plumbing work
potable water pipe installation
water supply plumbing
clean water system fit-out
main water line installation
mechanical installation work
machinery mounting
plant equipment installation
mechanical system setup
mechanical engineering installation
precision plant installation
heavy machinery integration
process equipment fitting
switchgear diagnostics
circuit breaker calibration
busbar inspection
panel wiring repair
protective relay testing
transformer enclosure service
load balancing test
fuse replacement
fault current testing
distribution board overhaul
cable tray service
motorized door repair
switchgear calibration
HVAC blower maintenance
lift control panel fix
mechanical damper servicing
emergency lighting inspection
pump motor overhaul
genset diagnostics
fan coil unit tune-up
circuit breaker reset
panel board servicing
emergency generator maintenance
outlet socket repair
lighting circuit diagnostics
switch replacement
electrical grounding check
distribution board upgrade
surge protector install
air handling unit repairs
ductwork welding
mechanical pump servicing
compressor replacement
fan belt change
boiler feedwater system overhaul
mechanical valve calibration
radiator flushing
heating coil clean
rooftop unit maintenance
elevator door sensor calibration
hoist rope inspection
control system firmware update
brake pad replacement
lift gearbox oil change
weight load testing
safety circuit diagnostics
cabin lighting fix
emergency phone testing
lift alignment service
motor install
pump mounting
HVAC system setup
switchgear commissioning
conveyor belt installation
generator wiring
control panel fitting
security system mount
compressor foundation alignment
electrical panel mount
machine foundation alignment
gear reducer mounting
belt conveyor setup
pump skid installation
compressor base leveling
hydraulic press installation
gearbox coupling
mechanical anchor bolting
skidding system assembly
mechanical equipment commissioning
electrical installations
electrical maintenance
wiring services
power distribution
electrical systems management
lighting installation
electrical repair works
electrical safety audits
power systems servicing
M&E engineering
mechanical and electrical systems design
integrated M&E services
HVAC and electrical engineering
building systems engineering
M&E consultancy
mechanical‑electrical coordination
mechanical electrical installation
M&E technical services
M&E design and maintenance
Tender Lot Details
2 Tender Lots
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors