Ecology Services - Old Oak Common (S4) Station - HS2

Complete

Value

£50,000

Classifications

  • Surveying services

Tags

  • tender

Submission Deadline

5 years ago

Published

5 years ago

Description

Scope of Service
      
      •	Review all relevant ecological contract documents and requirements including but not limited to Hs2 Environmental Minimum requirements, Technical Standards, ecological surveys, etc..   
      •	Provide area-wide advice and guidance on ecological matters including undertaking surveys, mitigation measures  and achieving Net gain
      •	Draft and maintain the project's Ecological Management plan   
      •	Develop and obtain ecological consents  / licences  for all work packages. 
      •	Liaison with enforcing authorities including Natural England.
      •	Support the achievement of all relevant BREEAM Ecology credits    
      
      HS2 Phase One environmental statement volume 5: ecology
      https://www.gov.uk/government/publications/hs2-phase-one-environmental-statement-volume-5-ecology/hs2-phase-one-environmental-statement-volume-5-ecology
      
      1D009-EDP-EV-MAP-S004-000002 BREEAM Land use and Ecology Fig 2 post construction
      1CP00-HS2-PR-ITT-000-000023 - WI2000 EandS Management
      P1S-HS2-EN-SPE-S004-000001 Old Oak Common (S4) - Contract Requirements Technical
      
      HS2 Ecology (No Net Loss) GIS Specification - HS2-HS2-GI-SPE-000-000005	P04
      SCEW SERIES 3000 - Landscape and Ecology - HS2-HS2-CV-SPE-000-013000	P01
      Technical Standard - Ecology - HS2-HS2-EV-STD-000-000017	P12
      EDP WP009 OOC RIBA 2 BREEAM Land Use and Ecology - 1D009-EDP-EV-ASM-S004-000001	P01
      Old Oak Common Station/ BREEAM Land Use & Ecology/ Figure 1 - Pre-construction - 1D009-EDP-EV-MAP-S004-000001	P01
      London-West Midlands Environmental Statement - Environmental Minimum Requirements - Annex 1: Code of Construction Practice LWM-HS2-EV-STA-000-000107	 
      BREEAM UK New Construction (2014): non domestic Buildings Technical Manual - HS2-BRE-SU-MAN-000-000001	 
      
      
      
      Competency
      
      Suitably qualified ecologist (SQE)
      
      An individual achieving all the following items can be considered to be "suitably qualified" for the purposes of compliance with BREEAM:
      
      1.	Holds a degree or equivalent qualification (e.g. N/SVQ level 5) in ecology or a related subject.
      2.	Is a practising ecologist, with a minimum of three years relevant experience (within the last five years). Such experience must clearly demonstrate a practical understanding of factors affecting ecology in relation to construction and the built environment; including, acting in an advisory capacity to provide recommendations for ecological protection, enhancement and mitigation measures. Examples of relevant experience are: ecological impact assessments; Phase 1 and 2 habitat surveys and habitat restoration.
      3.	Is covered by a professional code of conduct and subject to peer review. Full members of the following organisations, who meet the above criteria, are deemed suitably qualified ecologists for the purposes of BREEAM:
      a.	Chartered Institution of Water and Environmental Management (CIWEM)
      2.	Institute of Ecology and Environmental Management (IEEM)
      3.	Institute of Environmental Management and Assessment (IEMA)
      4.	Landscape Institute (LI)
      5.	The Institution of Environmental Sciences (IES)
      6.	Society of Biology
      
      Current Main Works Programme:
      
      Ecology Surveys is an emerging scope, with an estimated commencement date of March 2020. A programme of works will be issued with the Invitation to Tender to shortlisted suppliers. It is likely that there will be a requirement for monitoring presence for much of the duration of the Main Contract scope (To September 2027).
       
       Respondents to this opportunity should be advised that shortlisted applicants will be invited to tender through an external ERP system.
      
      The exact scoring criteria are currently being developed by BBVS, and shortlisted suppliers will be invited to register for the ERP system in due course.
      
      What is clear at this stage is that tenders will be scored competitively across a range of criteria, such as, but not limited to: Commercial, Programme, Methodology, HSEQ, Capability and Capacity.
       
       In 2018, Balfour Beatty, VINCI and Systra (BBVS) created a strategic alliance to deliver major infrastructure projects for HS2, in particular the Terminus at Old Oak Common. 
      
       
       No Documentation is included at this point.

Additional information: No Documentation is included at this point.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

British Museum Construction Professional Services Consultancy Framework

The British Museum is seeking to create a Framework for the provision of Professional Services Consultancy to its Estates and Capital Projects Department. The Framework will have seven lots covering the following disciplines: 1. Project Management 2. Quantity Surveying and Commercial Management 3. MEPhF Engineering 4. Architecture and Interior Design 5. Structural and Civil Engineering 6. Fire Safety Engineer 7. Surveying The types of projects and related planning and design activity likely to be delivered under the Framework are broad and could be classified under one of the following categories, covering both front-of-house and back-of-house spaces: 1. Strategic / technical studies or reviews. 2. Light touch refreshments / renewals (painting, minor carpentry, etc., but no significant fabric interventions). 3. Complex, stand-alone M&E / lift / security / fire systems renewal or refurbishment. 4. Refurbishment / renewal / creation of spaces (sometimes in conjunction with refurbishment of wings). 5. Masterplan projects including new buildings and / or significant reconfiguration of existing wings / spaces. The Framework objectives are as follows: 1. Safeguard value for money in the appointment of consultancy services for (construction) projects. 2. Ensure projects are delivered in alignment with budgets via securing the appropriate skills and expertise. 3. Guarantee the services delivered by the supply chain via the Framework are in alignment with the British Museum’s specialist context. 4. Ensure services delivered via the Framework are of high quality and aligned with clearly defined duties. 5. Provide programme assurance in project delivery via the appointment of those with the appropriate skills and expertise.

Open

Dynamic Purchasing System (DPS) for Road Traffic Surveys

The Dynamic Purchasing System will be used for the provision of road traffic surveys. The DPS has 5 lots as follows: Automatic Traffic Counts (ATC) Junction Turning Count (JTC) Active Travel Surveys ANPR Surveys Parking Surveys The period of validity of the DPS will be 48 months from commencement. Once a Supplier has successfully completed their application to the DPS, suppliers will be advised of the opportunities available as and when they arise. Suppliers can then choose whether they want to bid for the requirement or not (it is not compulsory to bid for every opportunity offered, and all suppliers within the DPS approved Supplier list will be informed of the opportunity, but can choose whether or not to bid on an individual basis). Tender opportunities are likely to be offered either via an electronic auction (e-auction) exercise or via an electronic quote mechanism (currently In-Tend). Estimated value excluding VAT: £2,500,000.00 In order to submit an application to the DPS and bid for call-off's as and when they arise, you will need to register as a Supplier on our e-procurement portal, CSW-Jets (https://in-tendhost.co.uk/csw-jets/aspx/Home). Additional information: Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is: https://in-tendhost.co.uk/csw-jets/aspx/Home Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the in-tend correspondence function. However, if you are unable to register with the website please email us at [email protected] During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Manish Tailor

[email protected]

7738982498

Timeline complete