web-banner-marketing2

Market Leads & Opportunities

MEPH HVAC/ Airside – Framework Agreement

Type of document: Contract Notice
Country: United Kingdom

1. Title: MEPH HVAC/ AIRSIDE – FRAMEWORK AGREEMENT
2. Awarding Authority: SCS JV, High Speed 2, GB. Web:
3. Contract type: Supply contract
4. Description: About the Opportunity:
The Awarding Authority is the new High-Speed Rail Network running between specified location.
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. Whilst the works consists mostly of civil engineering elements, there is also a substantial MEP element associated with shafts and headhouses.
Three of the tunnels on the HS2 route require shafts. These are the Euston, Northolt and Chiltern tunnels.
the Euston tunnel (7.4 km / 4.6miles long) will have shafts at Adelaide Road, Alexandra Place and Salusbury Road;
the Northolt tunnel (13.5km / 8.4miles long) will have shafts at West Gate, Greenpark Way, Mandeville Road and South Ruislip; and
the Chiltern tunnel (15.9km / 9.9miles long) will have shafts at Chalfont St Peter, Chalfont St Giles, Amersham, Little Missenden and Chesham Road.
Tunnel ends will be constructed with ‘Porous Portals’ which have openings to the outside air.
All interconnecting openings to the tunnel include for Mechanical and Electrical systems.
The Project is split down into 3 areas, Area East (Euston), Area Central (Old Oak Common) and Area West (West Ruislip) along the route of the project there are 11 assets. An Asset is either classed as a shaft and head house or a portal and head house.
The SCS JV procurement strategy is to create a Framework of Airside/HVAC suppliers to work as an integrated team across the 3 areas to undertaken works within each allocated asset.
Suppliers will contribute to the production of coordinated drawings, produce single service drawings, complete technical submissions develop specification into a compliant detailed design specification, fabricate materials, supply plant and equipment, install, preserve, test and commission and set to work HVAC and Life System systems.
Suppliers will work together to explore and implement measures that safeguard and accelerate the project programme and SCS will be looking for expertise on offsite preassembly and prefabrication.
The HVAC/Airside suppliers’ scope of works shall include, but not be limited to, preparation of the design, supply, recalculation and checks of system resistances, delivery of the materials and equipment to site, installation, integration, testing and commissioning and handover in complete working order of the Fire Systems.
The HVAC/Airside works shall consist of:
Air Handling Plant equipment and ancillaries
HVAC GSS Ductwork and ancillaries
Staircase Pressurisation Fire Rated Fans
Fire Rated Ductwork
Thermal, Acoustic and Fire Rated insulation
Grilles and Diffusers
Fire, Volume Control and Pressure Relief
System monitoring points for the BMS
The scope of works shall include the following:
Site surveys and taking of site dimensions as necessary
Design Co-ordination of all services
Production of working drawings
Submission of technical information
Production of builder’s work requirements schedules and drawings
Setting out of the contract works
Plant & Equipment Procurement
Fabrication and Installation of GSS and Fire Rated Ductwork
Plant preservation during construction
Testing and Commissioning including integrated testing
Production of As Built Record Drawings
Production of Operating and Maintenance Instructions
Warranty of the completed works
The Supplier will work with SCS, SCS Specialists, SCS Designers , SCS Lead Coordinator and other Trade Suppliers to ensure the works are coordinated all interface requirements are defined and the works are completed and set to work inline with the project requirements.
5. CPV Code(s): 42131140, 42512300, 42512300
6. NUTS code(s): UKG, UKG3, UKG31, UKE42, UKI, UKD33
7. Main site or location of works, main place of delivery or main place of performance: Delivery point HS2 route from London Euston to Ruislip
HS2 Main Works S1 & S2
London in the South and Manchester and Leeds to the North
8. Reference attributed by awarding authority: Not provided.
9. Estimated value of requirement: Not provided.
10. CompeteFor response deadline 10.1.2022 (17:00:00).
11. Address to which they must be sent: Note: This is a CompeteFor opportunity. Opportunities may be with both public and private sector businesses. To apply, please click the following link to register on the CompeteFor portal Web:
12. Other information: Opportunity Method Contract Opportunity
Opportunity Status Open
Opportunity Type Public Sector
Notice Type Notice
Nature of Opportunity Works
Estimated contract value (GBP) Not disclosed
About the buyer’s selection process:
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. ( )
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.
Details of specialist staff required (if any)N/A
Estimated tender close date 28/06/2022
Estimated contract award date 27/10/2022
Estimated contract start date 01/11/2022
Please refer the website above for documentation
TKR-20211217-EX-1743811