Type of document: Contract Notice
Country: United Kingdom
1. Title: CANTFENCING WORKS
2. Awarding Authority: Morgan Sindall. Web:
3. Contract type: Public works contract
4. Description: About the Opportunity:
In the following awarding authority is the Contractor. The Subcontract Works will be let to the Subcontractor by awarding authority. The Subcontract will be let on the basis of National Engineering Contract, NEC3 Option A.
Brief Description of Subcontract Works
The Subcontractor will carry out the supply, installation/fabrication/Design of the Security Fencing at the National Grid Canterbury Substation located in Kent, including but not limited to gates and associated fixings and approximately 225 metres of Category Powerfence.
Subcontractor Requirements and Obligations The Subcontractor is responsible for organising and provision of all lifting operations associated with the Subcontract Works installation. Where required the Subcontractor will provide a BS7121 Appointed Person to attend site to produce and submit a lift plan for review by the Contractor prior to the commencement of the works.
The Subcontractor will need to submit a relevant quality plan and associated Inspection and Test Plans prior to site works commencing and should allow for independent checks to be made by Alliance Quality Inspectors.
The Subcontractor must provide copy evidence of;
Quality certification for all materials
Quality records such as delivery tickets and test results.
All test certificates for plant, lifting equipment, electrical equipment.
Due to safety related minimum distances required when operating in a substation environment, the Subcontractor will be required to state, within their price, a full listing with of what equipment is intended to be used.
The Subcontractor shall allow for all necessary fence / barriers to safely guard the works and associated equipment.
O&M manuals are to be submitted to the Contractor.
The Subcontractor shall supply all temporary works, plant and labour for above works. Details of the temporary works required must be submitted to the Contractor 2 weeks in advance of the work.
The Subcontractor shall take due cognisance of all the overhead obstructions when carrying out the Subcontract Work.
The Subcontractor must comply with the Contractors policy in relation to unloading of delivery vehicles. A safe unloading procedure of materials from delivery truck must be applied.
The Contractor does not accept unprotected access to the bed of delivery vehicles, climbing over components, etc., in order to prepare components for unloading. Vehicles should not be loaded in such a manner as to place operatives at risk whilst preparing components for unloading.
The Subcontractor shall be responsible for providing safety equipment ? air bags, edge protection, etc., to delivery vehicles to prevent falls.
The Subcontractor shall provide details of unloading procedures and measures to be put in place removing the need for operatives to access the bed of delivery vehicles.
The Subcontractor shall be aware that the Contractor will carry out inspections at the Subcontractors / fabricators facilities. The Subcontractor shall provide notification of manufacturing dates to allow the Contractors representative to attend.
The Subcontractor shall be aware of the process for the verification and assurance of elements designed by the Subcontractor.
The Subcontractor shall provide Collateral Warranties, Parent Company Guarantees and Performance Bonds commensurate with the subcontract works and as deemed necessary by the Contractor.
PROGRAMME AND SEQUENCING OF THE WORKS
Programme for the whole of the Works as follows;
Commencement date: November 2016
Completion date: October 2017
Programme for the Subcontract Works as follows;
Commencement date: February 2017
Completion date: April 2017
Within the design process there are two stages which every design must pass through namely Verification and Assurance. A minimum period of 4 weeks must be allowed for design to pass through this process assuming no changes are required.
Specifications and Standards: that will apply are [provided at ITT stage]:
NGTS 3.10.12
BS EN 1090: Part 2
BS 5531
BS EN ISO 9001
BS EN 13507
BS EN ISO 1461
BS 166: 1994
BS 2753 Parts 1 and 2
17th Addition IEE Regulations
NG Safety Rules
Awarding Authority IMS Standards and Guidance that will apply are [provided at ITT stage]:
SH GUID3 Work at Height Guidance
SH REG GUID1 Provision and Use of Work Equipment Regs (PUWER)
SH REG GUID2 Lifting Operations and Lifting Equipment Regs (LOLER)
SH1 GUID1 Risk Assessment and Method Statement Guidance
SH2 GUID1 Accident and Incident Reporting Guidance
SH STD3 Work at Height Standard (Section 13 ? Steel Work)
SH STD5 COSHH
SH9 STD1 The Control and Safe Use of Cranes Standard
SH9 STD2 Lifting Operations Standard.
5. CPV Code(s): 45340000, 45342000, 45000000, 45232220, 34928000, 71320000
6. NUTS code(s): UKG, UKG2, UKG24
7. Main site or location of works, main place of delivery or main place of performance: Delivery point: Canterbury 400kV Substation, Kent.
National Grid Canterbury Substation located in Kent.
8. Reference attributed by awarding authority: Not provided.
9. Estimated value of requirement: Estimated contract value (GBP) G: GBP 151k to 250k
10. CompeteFor response deadline 20.1.2017 (16:00:00).
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: Private Sector
Notice Type: Notice
Nature of Opportunity: Works
Construction Categories: Fencing and Gates
About the buyer’s selection process:
The awarding authority are initially looking to select and shortlist suitable Subcontractors to undertake Subcontract Works for the Tender package referred above at National Grid’s 400kV Substation at Richborough, Kent. After shortlisting of subcontractors a formal Invitation to Tender [ITT] will be issued and on receipt of bids and evaluation process a successful Subcontractor will be selected and awarded the Subcontract.
Our supply chain partners are evaluated and selected on performance history and appropriate skills and competencies for the required application. As part of this selection process pre-qualification details are sought and assessed for any new supply chain partners or existing assessment records and performance data for existing supply chain partners are reviewed. Following assessments the supply chain partner is given appropriate status as approved.
Prequalification – The initial part of the process to identify the capabilities of our supply chain partners is our prequalification process which requires any new supply chain partner to be evaluated through assessment of a robust prequalification questionnaire and any existing supply chain partner to provide updates every two years for further assessment. Key to this is management of our database by Builders Profile.
The Safety, Health, Environmental and Quality assessment is based upon scoring for :
Health & Safety Policy
Environmental Policy
Safety, Health and Environmental statistic?s and investigation procedure
SHE improvement
Employee competence
Waste Management
Plant, Equipment and vehicle maintenance
Safe systems of work
Design capability
Monitoring audit and review
Use of subcontractors
SHE training
Competent Health & Safety advice
Consulting the workforce
Health risk management
Quality systems or accreditations
The Commercial assessment is based upon review of evidence of VAT and Tax registrations, confirmation of work locations, confirmation of Trades that can be undertaken and evidence of Insurances (Employers Liability Insurance, Public/Product Liability Insurance, Professional Indemnity Insurance, Contractors All Risks Insurance) with approved Insurers. These are re-assessed annually as policies are renewed.
The Financial assessment is based upon evidence of and review of audited accounts and an overall credit check through ?Creditsafe?.
About the buyer:
The awarding authority is currently undertaking the Civil’s and Building Works on National Grid’s Canterbury 400kV Substation as a Subcontractor to ABB. The overall objective of the project is to construct the works to provide an HVDC interconnection between the UK customers and Europe to provide improved access to reliable and sustainable electricity. The connection will generally consist of subsea and underground cables to a converter station and electricity substation in each country which will allow the flow of electricity between both countries. The power flow when fully operation will be +/- 1000MW.
The awarding authority’s Supply Chain Strategy, including the way it develops relationships with its Supply Chain, is described in more detail on its corporate web site. The relevant Supply Chain page can be accessed via the following link;
Estimated tender close date: 20/02/2017
Estimated contract award date: 01/03/2017
Estimated contract start date: 14/03/2017
Additional information for bidders Include any special notes for biddersThe following will be expected of the successful subcontractor:
Adherence to the Contractors Health, Safety and Environmental Plan.
Adherence to the Contractors Quality Plan, including creation of and adherence to the Inspection and Test Plans (ITP) applicable to the Subcontract Works.
Provision of Risk Assessments and Method Statements (RAMS). These shall be submitted to the Contractor in a timely manner to permit the Contractor to fulfil his contractual and statutory obligations.
Submission to the Contractor of all Temporary Works designs, including drawings, calculations, schedules and other documentation, for the Contractor for review,
Provision of and active contribution towards General Health & Safety information [eg. LTI?s, minor accidents and near miss reporting, number of senior management / safety advisor safety visits etc.] for fortnightly meetings.
Adherence to the Contractors Drugs, Alcohol and Substance Abuse Policy. Where employees of the Sub contractor, or their sub contractors, are in breach of this policy the individual will be immediately removed from site and replaced with an operative that is acceptable to the Contractor.
– Adherence to the Contractors Equal Opportunities and Dignity at Work Policy.
– Provision of all supervision, labour, plant, tools, equipment, materials and consumables to undertake the Subcontract Works.
– All operatives shall hold appropriate qualifications commensurate with the tasks they are assigned, including CSCS, CPCS and any specific competencies required where works are within Power Stations or live National Grid/DNO sub stations. The Awarding Authority policy, in conjunction with the UKCG (United Kingdom Contractors Group), in relation to plant operatives, states that only CPCS cards will be accepted. Where there is no recognised UKCG certificate of training for the plant / equipment an equivalent certificate of competence or proof of training must be provided and a suitable risk assessment should be prepared. The risk assessment should as a minimum consider the operation of the plant / equipment and the capabilities of the operator. This requirement enhances the requirement stated within the Safety Code noted herein. All Subcontractors working within National Grid Substation sites will require Persons and BESC competencies.
Adherence to all requirements of the Contractors ?Creating a safe and sustainable environment?.
Provision of all Personal Protective Equipment [PPE] which will be the high standard of the ABB policy and those referenced within detailed within the SHEQ standard with the following adjustments / clarifications; hard hat to EN397 (chin strap must be fitted and worn when working at height), ankle high front laced safety footwear including midsole and steel toecap protection (Rigger boots are not acceptable form of safety footwear), overalls (no short sleeved garments or shorts shall be permitted), high visibility site vest or coat to EN531/471, safety glasses to EN166 1F, ear plugs (to be carried at all times and worn when risk assessment necessitates), appropriate gloves to be worn for all tasks, additional or alternative PPE as identified by Risk Assessment. Where works involve working adjacent to live HV equipment/cables/OHL, flame retardant and arc resistant PPE must be worn.
The Subcontractor providing relevant competencies for tasks to be undertaken within Subcontract Works.
Attendance by all personnel at; specific Site Induction, applicable daily site briefings, and all relevant Tool Box Talks.
Attendance by supervisor (if requested) at end of day briefing.
Attendance by all personnel at on-site occupational health screening as required by the Contractor.
Provision of all plant and equipment including all relevant statutory requirements [eg. drip trays, certification for lifting chains and slings etc.] as well as provision of plant nappies, spill kits and field equipment earth provision for mobile plant and equipment as appropriate to the specific equipment in use.
The Subcontractor attending Review / Progress Meetings and Safety Meetings with the Contractor, inclusive of any stand-down days that are carried out by the Contractor.
Removal of waste generated from the Subcontract Works is to skips provided by the subcontractor Provision of Inspection and Testing, including joint inspections with the Contractor and the Employer. Subcontractor?s own vehicles the Subcontractor must be in possession of a valid waste carriers license. If the removal of waste for which the Subcontractor is responsible is being carried out by others on the Subcontractors behalf then the Subcontractor must hold a valid waste brokers licence.
All subcontractors generating waste will report on a monthly basis tonnage of waste disposed of, duty of care documentation and percentage diversion from landfill for each waste stream. This shall be in the form of the Subcontractor?s Waste Management Plan, the template for which shall be provided by the Contractor.
The Subcontractor shall carry insurances commensurate with the opportunity offered here. The Awarding Authority requires that all insurers used shall have a Standard + Poors rating of A- or better.
TKR-201717-EX-877584