Contract Summary

  • Published Date: 17 September 2019

  • Tender Status: active

  • Tender Opening Date: 17 September 2019

  • Tender Closing Date: 16 October 2019

  • Award Date: n/a

  • Contract Start Date: n/a

  • Contract End Date: n/a

  • Contract is suitable for SMEs: No

  • Contract is suitable for VCSEs: No

  • Official Journal of the European Union (OJEU) Contract Type: Works

Print

Description

The Thames Tideway Tunnel project (the Project) will control CSO discharges by intercepting and diverting combined sewage flows into a new storage and transfer tunnel. The main tunnel will run from Acton Storm Tanks in west London to Abbey Mills Pumping Station in the east, where it will connect to the Lee Tunnel, which will transfer the combined sewage to Beckton Sewage Treatment Works for treatment. The Project extends from Acton Storm Tanks in west London, to Abbey Mills Pumping Station in east London. The Project includes associated works at Beckton STW, Shad Thames Pumping Station and Bekesbourne Street.

The geographic layout of the Project and local authorities through which it passes is shown in Figure 1.

The Project comprises:

a. tunnels:

i. a main tunnel which will capture and store combined sewage from CSOs along its route and transfer it to Abbey Mills Pumping Station, from where the Lee Tunnel will transfer it for treatment at Beckton Sewage Treatment Works

ii. 11 connection tunnels, which will link flows from CSOs to the main tunnel.

b. Worksites:

i. five main tunnel Worksites (drive and/or reception sites)

ii. 16 CSO Worksites

iii. two System modification Worksites Thames Tideway Tunnel

iv. works at Beckton Sewage Treatment works.

Section 4: Scope of Works

The Subcontract works comprise of but are not limited to the provision of all materials, labour, plant and equipment to carry out the supply and install for Architectural Metalwork across the following worksites all in accordance with the Works Information and Site Information provided below along with the specification, drawings, and other documents listed herein or as may be required by the Main Contract:

1. ACTST: Acton Storm Tanks, Canham Road, W3 7SR

2. CARRR: London Borough of Hammersmith & Fulham, Carnwath Road, London, SW6 3HR

3. DRMST: Dormay Street, Wandsworth, SW18 1EY

4. HAMPS: Hammersmith Pumping Station, Distillery Road, Hammersmith, W6 9AD

5. KNGGP: Neville Gill Close, Wandsworth, SW18 4BS

6. PUTEF: Putney Pier, Lower Embankment Road, London, SW15 1LB

The Subcontractor's pricing is to include for but not limited to the following:

- Production of RAMS for BMB and Tideway Approval

- Allowance for 1 day of Safety Induction per person

- Temporary works designs associated with the works. This includes the provision of any CAT 1, 2, or 3 which may be required to satisfy any Subcontractor temporary works designs.

4.1.1 Scope for Architectural Metalwork Works.

The Subcontract works include but are not limited to:

The Subcontractor shall provide all works included on drawings in section 4.7.1 for the PUTEF Mini Piling Works at the PUTEF works site as detailed below:

ACTST: Scope of works include the design, supply and installation of:

• Safety Grill to Ventilation Column

CARRR: Scope of works include the design, supply and installation of:

• Mesh Screens to ventilation slots

• Safety Grill to Ventilation column

DRMST: Scope of works include the design, supply and installation of:

• Secure open grille to top of vent column

• Mesh to Secure Grille to Vent column

HAMPS: Scope of works include the design, supply and installation of:

• Safety Grille to Vent column

KNGGP: Scope of works include the design, supply and installation of:

• Kiosk Bronze Artwork

• Stainless steel handrail - light fitting by others - integration to be coordinated to facilitate light fitting installation.

PUTEF: Scope of works include the design, supply and installation of:

• FS-03 Stainless steel Balustrade

• FS-04 Glass balustrade

• Integration of artist supplied FS-05 Bronze oar handrail to FS-03balustrade

• FS-06 timber hand rail.

• E7 Balustrade to River Edge

• E8 Bronze Handrail System to steps - light fitting by others - integration to be coordinated to facilitate light fitting installation.

• Bronze starting line

1. Additional Requirements and Conditions

- Specialist requirements Architectural Metalwork Works -

• Ability to produce samples and mockups for approval in accordance with the Specifications and Works Information documents

• Artist collaboration and integration as described within provided Specifications

• Where described artist nominated supplier to be single sourced (Bronze Oars)

• Bronze Handrail System to PUTEF steps and Stainless steel handrail to steps at KNGGP- light fitting by others - integration to be coordinated to facilitate light fitting installation.

• Contact details for Bronze Oar Metalwork supplier

 Powerdhall Bronze

Email: [email protected]

Tel: 0131 552 5999

Powderhall Bronze Ltd

18-19 West Harbour Road

Edinburgh, EH5 1PN

- Safety - Any measures that will be put in place to manage safety during the works. Tideway are continually looking at ways to ensure exceptional safety performance. The successful contractor will be required to chair a pre-start "RightStart" meeting to explain how the works will be carried out to achieve exceptional safety performance.

- Best practice ideas - BMB JV are looking for a contracting partner that will come to the table with best-practice ideas, and state of the art technology.

- The works are to be priced as listed in the activity schedule overleaf.

• Delay charges are to be listed in relation to management/operatives/plant/etc.

- A programme is requested referring to each section listed in the activity schedule. A detailed baseline programme will be required for project manager's sign off prior to works commencing. This should also show the number of operatives on site per section of works (Details of labour required).

Inductions and training - It is a condition of this ITT that the successful Subcontractors' People currently hold or are working towards or will undertake the following qualifications and or training.

(Note: cost of days listed below to be included in tender price)

• Tideway EPiC and Tideway OnBoarding - One day each

• Local site induction - One hour

A site visit is strongly recommended. To arrange, please contact the following point of contact,

2. Subcontractor's Report Information

Where report information is required, the Subcontractor is to submit working drawings, specifications, calculations, samples, draft reports where requested, for consideration and comment by the project team prior to final submission.

The Subcontractor shall submit final report(s) to the Contractor for approval.

2.1 Drawings and Information

During the works the Subcontract documents are subject to revision as part of the design development process.

The Contractor will notify the Subcontractor of revision/s of the documents detailed below. Revisions or further copies will be available to the Subcontractor at all times via the Contractor's Extranet portal (BC) or alternatively 'hard' copies may be obtained on request, from the Contractor, at the Subcontractor's expense.

The Subcontractors as-built submissions (where applicable) shall be submitted in a micro station file (ie. .DGN format). The surveys shall be in an OS grid format.

- All documentation issued in time for approval to include (but not limited to):

• Method Statements + Risk Assessments (RAMS)

• Factory + Installation Inspection and Test Plans (ITPS)

• Material Compliance Records (MCRS)

• Lifting Plans

• Designer Competency form

• ISO 9001

• Designers CV

• Designers Matrix

• Organisational Chart

• Other requirements stipulated in the Temporary Works Procedure - 3000-BMBJV-CONTR-160-ZZ-PP-000086

Where detailed, the delivery of site works will require a Gate 5 Design Submission to include but not limited to:

• Developed construction details from Gate 4 design/ specification information

• Gate 5 Fabrication drawings

• Gate 5 construction drawings

• Compliance with Thames Tideway Works Information requirements

• All designs subject to BMB and Thames Tideway approval periods

Works which have completed Gate 5 designs issued with the Subcontract maybe subject to shop/ fabrication drawings issued.

Stages of Design are detailed within document 400-LF-CON-TTSCH-000300

The Subcontractor shall be deemed to have full knowledge of the provisions of the Main Contract

Returned quotations will be evaluated by BMB JV's (BAM Nuttall, Morgan Sindall PLC & Balfour Beatty) Procurement team in conjunction with our design and engineering teams.

Quotations will be evaluated based on;

Cost

Timeliness of return

Adherence to and demonstration of understanding of the drawings and specifications provided at this point.

Provision of accurate product specifications to accompany the quotation.

Supplier experience of similar projects,evidence of this will be requested should the initial quotation be of interest.

Should the candidate supplier be shortlisted they will then be contacted directly by a member of the BMB Procurement Team within two weeks of shortlisting to discuss the requirement in detail.

BMB Joint Venture (BAM Nuttall, Morgan Sindall PLC & Balfour Beatty)

1. ACTST: Acton Storm Tanks, Canham Road, W3 7SR

2. CARRR: London Borough of Hammersmith & Fulham, Carnwath Road, London, SW6 3HR

3. DRMST: Dormay Street, Wandsworth, SW18 1EY

4. HAMPS: Hammersmith Pumping Station, Distillery Road, Hammersmith, W6 9AD

5. KNGGP: Neville Gill Close, Wandsworth, SW18 4BS

6. PUTEF: Putney Pier, Lower Embankment Road, London, SW15 1LB

About the Buyer

Contact name: Bryan Jenkinson

Address: 130 Wilton Road
London
SW1V1LQ
UK

Telephone: 07590353416

Fax: n/a

Email: [email protected]

Value of Contract

Price Range: n/a