SUPPLY CHAIN NOTICE: BLD0187-02 Extension of Road Assurance Investigations
A Pipeline Notice
by MINISTRY OF DEFENCE
- Source
- Contracts Finder
- Type
- Potential Contract ()
- Duration
- 10 month
- Value
- £200K
- Sector
- CONSTRUCTION
- Published
- 12 Feb 2024
- Delivery
- 01 Jun 2024 to 01 Apr 2025
- Deadline
- 01 Jan 1 00:00
Concepts
Location
1 buyer
- MOD Portsmouth
Description
The Tenderer should be aware that the works detailed in this package are constrained due to the nature of the location they are to be conducted in. Completion of a NDA document is required prior to release of further details Project location-HM Naval Base Portsmouth The Tenderer shall be expected to adhere by the HMNB site security requirements, all suppliers and Sub-Contractors visiting site shall be BPSS security vetted and will be required to hold the relevant site security passes. The Tenderer shall be expected to hold the following levels of insurance £10m Public Liability, £10m Product Liability, £5m Professional Indemnity, and if successful to maintain Joscar registration and Cyber Essentials certificate. KBS Maritime-Introduction KBS Maritime is a joint venture between KBR and BAE Systems, bringing together two global players with a rich heritage of delivering excellence, innovation and reliability. The joint venture will combine the expertise of KBR as a global leader in infrastructure asset management and services with BAE Systems' experience and capability within Portsmouth Naval Base. KBS Maritime are delivering an ambitious, modern and enduring change to the Portsmouth Naval base infrastructure, securing investment in the local community and ensuring fit-for-purpose, world-leading fleet support for the Royal Navy and the UK in the decades ahead. Part of the UK Ministry of Defence's (MOD) Future Maritime Support Programme (FMSP), KBS Maritime will provide technology-led and data-driven facilities management and dockside services at the base The Project Scope consists of six Work Packages: Work Package (WP) 1-Data Validation The solution shall include for the undertaking of a data validation exercise of all provided information held on the historical and current road network of PNB. The purpose of the exercise is to determine the accuracy, integrity, and reliability of the existing dataset. This information will be provided on apron contract award. The Supplier shall highlight missing information to complete the data set. The exercise shall align with established quality assurance standards and best practices, promoting a high standard of data quality. The findings from the data validation exercise shall be presented WP 2-Visual condition survey The supplier shall undertake sufficient investigations and surveys that will enable them provide an informed assessment of the structural condition, remaining pavement lifespan, and road composition/layers at PNB.Both intrusive (core samples) and non-intrusive survey (FWD and GPR) methods may be used. Where intrusive surveys are undertaken, the areas shall be reinstated to an equal or better condition so the road network remains safe and serviceable. The surveys shall determine the depth and location of underground services within the road construction. The survey shall include methods to determine whether contaminated materials are present.If present, estimated quantities shall be provided
CPV Codes
- 45111250 - Ground investigation work
Indicators
- Contract is suitable for SMEs.
Other Information
WP 3 - Road pavement, subgrade and base course testing The supplier shall undertake and provide the results of a Visual Condition Survey (VCS) for all the roads within the scope. Automated survey methods may be used. The survey method must be able to determine the transverse profile of the road The survey method must be able to determine the longitudinal profile variance of the road - WP 4 - Investigation report The supplier is required to generate a comprehensive final report that details the methodology used for conducting the investigation and survey. Included within the report shall be the findings from the data validation exercise, site commentary, completed tests/ surveys and conclusions about the roads. o The report shall provide information on the following as a minimum: o Road Structure Condition o Geotechnical Data Data from Surveys (Geotechnical, GPR, FWD) The supplier should provide a list of the road surveyed in a prioritized order on when future interventions are required. The supplier shall provide suggestions for how continuous improvement can be incorporated into the future repair strategy of the roads in PNB. - WP 5 - Underground services validation The supplier must conduct a validation exercise to confirm the accuracy of underground service locations compared to the results of the GRP survey. This validation pertains to the top 10 roads prioritized in WP 4. The supplier shall confirm this accuracy by digging a series of trench pits, and the supplier is responsible for determining the frequency of these trench pits. On conclusion, the supplier shall provide a comprehensive report detailing the findings of the validation exercise which must highlight the accuracy of underground service locations in comparison to the GRP survey results - WP 6 - Detailed design Prepare design drawings, encompassing construction details, for the top 10 roads identified in the prioritized list from WP 4. Submit two sets of design drawings, each containing construction details, for the top 10 roads as identified in the prioritized list One set shall be fully compliant to the relevant Design Manual for Roads and Bridges. The design life shall be 40 years and include for the relocation of any underground services. Methodology for the relocation of services shall be included. The second set shall be designed to meet the site condition found from the survey and investigation works. For this set, an indicative design life shall be provided, maintaining the current location of the underground services. For both sets, a fully itemised and costed schedule to implement each site solution shall be provided.
Reference
- tender_413839/1313406
- CF d813c826-d889-4f4f-b689-361ee0e9aed1