With continuing deterioration and repairs of the existing surfacing, a task order was issued in 2023 for a detail design of the resurfacing of the Cable Stay section of the bridge by National Highways.
This is intended as the first phase of the works, with the resurfacing of the Gwent and Avon Viaduct likely to follow suit. The works to include the removal of the existing surfacing, binder course and waterproofing layer of all three lanes up to the edge of the drainage systems within the hard shoulder. This should allow for the proposed waterproofing layer to be 'lapped' in the hard shoulder before reinstatement of the new binder and surfacing layer. Full resurfacing of Cable Stay Bridge including traffic management, any concrete repairs and waterproofing. Works are further detailed within the attached scope and specification documents.
AMEY is seeking bids from qualified Suppliers for the delivery of Surfacing activities on the SBIM project (Severn Bridge)
Bids should be in accordance with the details, terms and conditions, documents detailed herein.
We are currently working on the National Highways Area 12 contract and would be pleased to receive your quotation for carrying out the surface patching works for this contract all in accordance with the attached documentation.
We are looking for tenderers to quote the attached SoR on the basis of the Main Contract Conditions (NEC4 Term Service Contract). Your rates should be fully inclusive of all labour, plant and materials and remain fixed until 31/03/25 when PAF will apply.
Traffic Management will be provided by Amey.
Schedule C - Please provide a standard daytime rate in column E for each item, followed by an extra over cost for weekday night working, and another for weekend working. This is a framework agreement, there is no guarantee of minimum quantities or overall volume of work.
Schedule D - Cost reimbursable works may be instructed under this agreement. Please provide rates against each of the schedule of cost components, materials will be treated as cost plus.
We request that you submit your rates by completing the Excel pricing schedule attached and return via email in Excel format to amanda.felstead@amey.co.uk no later than 5pm on 10/05/24.
Anticipated value for this package is circa £1.25m PA, however there are opportunities for further works through until the end of the Main Contract in June '29.
Please also review the 'Supply Chain Requirements' document and submit details of any added value that you will add to this contract/package of works. This will be taken into consideration during the evaluation of tender submissions.
Evidence of your Sector Scheme approval to undertake these works should also be provided. You will also be required to hold Constructionline Gold accreditation.
Additional information: All staff working on or visiting the site are required to hold suitable industry accreditation such as CSCS cards and any other requirement that may be stipulated by the Principal Contractor through their tender documentation.
Any resources used by the supplier must be PAYE employees of the Supplier, any non-PAYE employees will be subject to an IR35 test (to be paid for by the Supplier).
All Suppliers must be registered on the National Highways Passport Scheme, access can be found at: https:he.validate.mitie.com
National Highways Area 12 - Vegetation Management works
We are currently working on the National Highways Area 12 contract and would be pleased to receive your quotation for carrying out the vegetation management works for this contract all in accordance with the attached documentation.
We are looking for tenderers to quote the attached SoR on the basis of the Main Contract Conditions (NEC4 Term Service Contract). Your rates should be fully inclusive of all labour, plant and materials and remain fixed until 31/03/25 when PAF will apply. We request that you submit your rates by completing the Excel pricing schedule attached and return via email in Excel format to amanda.felstead@amey.co.uk no later than 5pm on 30/07/24.
Anticipated annual value for this cyclical package is circa £1.4m, however there are opportunities for the selected contractor to tender further works for the other schedules throughout the year with a value around £600k additional PA. There is also a potential of further vegetation management works through until the end of the Main Contract in June '29.
Please note that we have provided the full year Service Plan to
show the anticipated annual volumes, circa 50% of the programme has already been delivered for this year, details of which can be found in the attached spreadsheet.
Please also review the 'Supply Chain Requirements' document and submit details of any added value that you will add to this contract/package of works. This will be taken into consideration during the evaluation of tender submissions.
Evidence of your Sector Scheme approval to undertake these works should also be provided. You will also be required to hold Constructionline Gold accreditation.
Additional information: All staff working on or visiting the site are required to hold suitable industry accreditation such as CSCS cards and any other requirement that may be stipulated by the Principal Contractor through their tender documentation.
Any resources used by the supplier must be PAYE employees of the Supplier, any non-PAYE employees will be subject to an IR35 test (to be paid for by the Supplier).
All Suppliers must be registered on the National Highways Passport Scheme, access can be found at: https:he.validate.mitie.com
The Government of The Bahamas is seeking an initial Expression of Interest (EOI) from contractor firms ("Applicants") to undertake the replacement of the Glass Window Bridge (Eleuthera).
The Government of The Bahamas has agreed in principle, funding through the United Kingdom Export Funding (UKEF) facility, with 85% of the contract value guaranteed by 100% UKEF buyer credit and the remaining 15% from a commercial bilateral loan agreement. Both these elements will be provided by Citibank, selected as preferred lender by the Ministry of Finance. Citibank has received a signed mandate for the Glass Window Bridge financing.
The proposed Glass Window Bridge is a substantial structure consisting of multiple spans made of prestressed beams, giving a total bridge span of 2118 ft (646m). These beams will be continuous over the piers with cast-in-place concrete diaphragms. Additionally, a 300 ft (91.4m) bridge is to be built north of the Glass Window Bridge to mitigate overtopping in that area and 335 ft (102.1m) of retaining walls, along with redevelopment work in the area including a visitor centre. Please note the publication has now gone 'live' in the Bonfire system - The Government of The Bahamas - Glass Window Bridge (Eleuthera)Please note the publication has now gone 'live' in the Bonfire system - The Government of The Bahamas - Glass Window Bridge (Eleuthera)
We are currently working on the National Highways Area 12 contract and would be pleased to receive your quotation for carrying out the depot maintenenace works for this contract all in accordance with the attached documentation.
We are looking for tenderers to submit a quotation on the basis of the Main Contract Conditions (NEC4 Term Service Contract Option A). Your rates should be fully inclusive of all labour, plant and materials and remain fixed for the duration of the contract. We request that you submit your proposal, which should include a lump sum price including your activity schedule build up, and tender programme, and return via email to amanda.felstead@amey.co.uk no later than 3pm on 13/03/26.
Scope: install a new roof to part of the building at Bradbury Highways depot - Bradbury Motorway Compound, Ferryhill, Durham, DL17 0LG.
The Area 14 Bradbury Depot Stage 2 report has recommended electrical works. Please price and identify these on the activity schedule so we can discuss with the client if this work is in scope or not.
Anticipated value for this package is circa £350k, however there are opportunities for the selected contractor to tender further depot maintenance works during 2026/27.
Additional information: All staff working on or visiting the site are required to hold suitable industry accreditation such as CSCS cards and any other requirement that may be stipulated by the Principal Contractor through their tender documentation.
Any resources used by the supplier must be PAYE employees of the Supplier, any non-PAYE employees will be subject to an IR35 test (to be paid for by the Supplier).
You will also be required to hold Constructionline Gold accreditation.