Public Sector Network Tender Alert

 

Thames Tideway Tunnel - C405 Main Works West - Hard Landscaping

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 include but are not limited to: CARRR: Scope of works include the design, supply and installation of: • Allow for coordination of inground luminaires installation with MEICA contractor. • Allow for coordination with installation of EJ pressurized covers installer. • Install free issue totem + foundation • P1 - Granite sett paving • P2 - Artificial stone paving • P3 - Granite slab paving • P4 - Granite circular feature paving • P5 Flamed granite setts • K1 - Buried access cover delineation metal edge • K2 - Precast concrete edge • K3 - Metal edge • K5 - Granite sett edge • E1: Stone bench with timber top • E2A: Fixed bollards • E2B: Removable bollards • E2C: Removable bollard sockets • E3: Litter bin • E4: Recessed tree grille • E5: Bench to Thames Path • E6: Litter bin to Thames Path • E7 Shared use Paviour • E8 Thames Path Bollard • E9: Utility supply unit • PV6 to P1 + P5 • PV8 (RFI C405-BMBJV-RFIC-AAJVX-00392 confirms PV7) P3 • PV9 to P2 • 1200mm x 1200mm castle tree grille • Conc Edging to back of footway • Red PCC Paving Slabs laid loose over concrete access planks • Base course pavement quality concrete above buried access covers • Compressible filler board and 25mm flexible sealant against structures • Slot drain • backless granite bench with timber seat • Cast iron bench w/t timber seat + backrest • Thames Path lamp column • Removable granite bench with timber top • Drainage gully • Bronze Plaque • Demarcation Studs • Concrete foundations to benches/ bins/ inground luminaires 3120-BMBJV-TTWES-240-ZZ-SP-000001 • Thames Path Finger Post • non cycle sign within granite setts • No cycling sign to lamp post • Shared use metal sign to lamp post KNGGP: Scope of works include the design, supply and installation of: • Signage and Wayfinding • Allow for coordination of inground luminaires installation with MEICA contractor. • Allow for coordination with installation of EJ pressurized covers installer. • Area handed over to landscape contractor from below subsoil formation level. • Install free issue totem + foundation • Existing Welcome to King George Park sign relocated to this location • Raised entrance Kerb to 3320-AAJVX-KNGGP-600-DZ-DR-000004 • Concrete block paving • PV10 for Concrete block paving 180mm base course + 30mm laying course. 220mm-300mm Type 1 by others • P1 Granite Setts • P4 Granite Corduroy • PV6 to P1 + PV 4 180mm + 30mm laying course • K2 Granite Signage kerb with bepoke bronze lettering • Concrete to Steps - to AAJV Civils drawing - including handrail foundations • S1 Granite Riser units PUTEF: Scope of works include the design, supply and installation of: • Installation of bronze plaque (free issue) • Inground bronze plaque (free issue) • Granite to benches and timber tops • Cycle stands + foundations • Relocate lifebuoy • Lighting column + foundation • Relocate/ install existing bollards + foundations • Reinstate starting stone • Signage and wayfinding • Allow for coordination of inground luminaires installation with MEICA contractor. • Allow for coordination with installation of EJ pressurized covers installer. • Coordination of Inlaid bronze marking strip supplied/installed by others • Allow for coordination of coping stone detail with balustrade contractor. • Allow to Trim and relay approx. 50-100mm of base course • Install free issue totem + foundation • Silicone joint against SVC • Utilities trough • Inground bronze plaque (free issue from TTW) Installation only • Demarcation Studs • B3 - Terrace unit • K1 - Flush granite edge • K2 - Granite kerb • K3 - Concrete Pin Kerb • K4 - Galvanized steel edge • K5 Reinstated Granite Kerb • D1 - Linear slot drain • P1 - Foreshore granite paving • P2 Foreshore Granite Setts • P3 Embankment Concrete paving • P4 - Embankment Granite Setts • P6 - Granite steps • P7 - Granite terrace • P8 - Corduroy paving • P10 - Reinstated tactile paving • P11 - Resin bound gravel • PV6 to P2 + P4 - 150mm - 275mm Type 1, 180mm base course + 30mm laying course • PV7 to P1 + P6 + P7 + P8 - 220mm - 300mm Type 1, 180mm base course + 30mm laying course • PV10 to P3 - 220mm - 300mm Type 1, 180mm Base course + 30mm laying course • E1 Cycle Stand • E2 Liftout/ Lockable Bollard • E3 Listed Bollard • E5 (A) Granite Bin / (B) Embankment Bin • E6 Bench • L2 Circular inground luminair - provided by MEICA, positioned by Paver • L3 Perimeter inground luminaire - provided by MEICA, positioned by Paver • L4 - Lighting column • Concrete structure/ base to Steps and Terrace • Concrete foundation to Benches The Subcontractor shall comply with the requirements set out in the Works Information and BMB procedures. 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) BMB JV Sites (CARRR) BMB-JV Tideway West, Carnwath Road Riverside, Carnwath Road, London Borough of Hammersmith & Fulham, SW6 3HR (KNGGP) BMB-JV Tideway West, King George's Park, Neville Gill Close, Wandsworth , SW18 4BS (PUTEF) BMB-JV Tideway West, Putney Pier, Lower Embankment Road, London, SW15 1EJ

Contact:

colin smith
colin.smith@tideway-west.london
130 Wilton Road
London
SW1V1LQ
UK
07976181302

Contract value: 251000-500000

Published: 8 Jul 2020, Receipt by: 14 Jul 2020