Notice Information
Notice Title
Maintenance Services for the Thames Tideway Tunnel
Notice Description
The Thames Tideway Tunnel is a major infrastructure project, urgently needed to protect the tidal River Thames from increasing pollution. London's sewerage system is no longer fit for purpose and spills tens of millions of tonnes of untreated sewage mixed with rainwater (combined sewage) into the tidal reaches of the River Thames every year. Bazalgette Tunnel Limited (BTL), is the licensed provider set up to finance, build, maintain and operate the Thames Tideway Tunnel. From Licence Award BTL trades and is known to the public as 'Tideway'. Following completion of the works on the Thames Tideway Tunnel project Tideway will be responsible for maintaining the majority of project assets during the project's System Acceptance Period which is currently targeted to run from summer 2025. Tideway is therefore seeking a provider to deliver planned, preventative and reactive maintenance services across the specified surface and near-surface assets at 21 sites in accordance with Tideway's maintenance plans for the System Acceptance Period and possibly beyond subject to novation. The assets to be maintained under the Contract are generally categorised as: - Near-surface civils elements - MEICA elements - Building services elements - Infrastructure elements - Safety restraints - Maintenance access hardware For the avoidance of doubt deep civils (e.g. main tunnel, connection tunnels, and shafts) are out of scope of the Contract. Following the completion of System Acceptance the assets (with the exception of deep civils) are transferred to Thames Water who take on maintenance responsibilities, therefore the Contract will include provisions for extensions and novation beyond the initial term up to a maximum 10 year term. Interested parties must register on Tideway's e-sourcing portal and will be able to download the Pre-Qualification Pack ('PQP') including the form of response to be completed and returned to submit a compliant response. The registration process is set out in section VI.3) of this Contract Notice. The PQP contains further detail regarding Tideway, the scope of services and further detail on the Contract and the timeline and phases of the procurement. Whilst it is intended that the procurement will be run in accordance with the timeline and process described in the PQP, this contract notice and the Procurement Documents, Tideway reserves the right to amend or cancel any or all of the procurement at any time and/or amend the timescales.
Lot Information
Lot 1
Interested organisations should refer to II.1.4) (Short Description) and VI.3) (Additional information) and to the PQP and other Procurement Documents for further information on the description of the Services and the Contract. Section II.1.5 (Estimated total value): The estimated total value has been based on the initial term of 27 months, this value is indicative and depends on business needs over the term. Section II.2.7 (Duration of the Contract): The initial term of the Contract is currently estimated to be 27 months with options to extend to a total possible aggregate term of ten (10) years should all possible extension and novation options be exercised. Timescales in this Contract Notice are estimated based on the current Tideway programme but may be subject to change.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03eac3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021776-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45259000 - Repair and maintenance of plant
45259100 - Wastewater-plant repair and maintenance work
50000000 - Repair and maintenance services
50324200 - Preventive maintenance services
50511000 - Repair and maintenance services of pumps
50512000 - Repair and maintenance services of valves
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- £11,500,000 £10M-£100M
- Lots Value
- £11,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Jul 20232 years ago
- Submission Deadline
- 25 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BAZALGETTE TUNNEL LIMITED (TRADING AS TIDEWAY)
- Contact Name
- Not specified
- Contact Email
- procurement@tideway.london
- Contact Phone
- +44 8000308080
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 2QG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- TLI London
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03eac3-2023-07-27T11:01:43+01:00",
"date": "2023-07-27T11:01:43+01:00",
"ocid": "ocds-h6vhtk-03eac3",
"description": "1) Additional information concerning this Contract Notice and the Contracting Entity (Section I): economic operators should note that words and expressions in this Contract Notice with an initial capital letter shall have the meanings given in the PQP. All additional information relating to information provided in this Contract Notice is available in the PQP. Further information on (i) the procurement is available at https://tideway.bravosolution.co.uk and (ii) the Thames Tideway Tunnel project is available on www.tideway.london 2) To express interest in the Contract, Applicants must register and complete the PQQ on the Tideway portal: https://tideway.bravosolution.co.uk by the deadline for PQQs stated in the PQP. The PQQ Deadline is a precise time and Applicants must allow sufficient time to upload the PQQ. 3) Additional information concerning the Contracting Entity and the procedure (Section I and Section IV): On 24.8.2015 Ofwat granted Bazalgette Tunnel Limited a project licence (the \"Project Licence\") to carry out all activities described in the project specification notice apart from those activities that Thames Water is to carry out under the preparatory work notice. Bazalgette Tunnel Limited is not a utility for the purpose of the Utilities Contracts Regulations 2016 ('UCR 2016'). However Bazalgette Tunnel Limited is required pursuant to the procurement regime in the Water Industry (Specified Infrastructure Projects) (English Undertakers) Regulations 2013 ('SIP Regulations') to tender certain contracts and certain categories of contracts in accordance with a modified regime set out in the SIP Regulations ('modified UCR 2016'). More information concerning the Project Licence is available at: http://www.ofwat.gov.uk/regulated-companies/improving-regulation/thames-tideway/ Information on the SIP Regulations and more information on the modified UCR 2016 is available at: http://www.legislation.gov.uk/ 4) Tideway is commencing the procurement as the Contracting Entity. Any contract awarded pursuant to this Contract Notice may be initially let by Tideway and will include options to novate to Thames Water Utilities Limited and/or a group company, subsidiary, parent company or affiliate of Thames Water Utilities Limited and/or an appropriate and related replacement client. Novation will be considered at the appropriate time and at the discretion and subject to agreement of all parties involved. 7) Additional information concerning (II.2.5) (Award criteria): Tideway intends to award the Contract to the economic operator with the most economically advantageous tender. Details of the award criteria and methodology for identifying the most economically advantageous tender will be set out in the Procurement Documents. 8) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to Tideway. Tideway does not bind itself to enter into any contract(s) arising out of the procedure envisaged by this Contract Notice. No contractual rights, express or implied, arise out of this Contract Notice or the procedures envisaged by it. Tideway reserves the right to vary its requirements and the procedure relating to the conduct of the award process. Tideway reserves the right to disqualify any Applicants on terms set out in the PQP or ITT. 9) Applicants/Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice, any PQQ and with submitting any tender, howsoever incurred.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03eac3",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Maintenance Services for the Thames Tideway Tunnel",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "The Thames Tideway Tunnel is a major infrastructure project, urgently needed to protect the tidal River Thames from increasing pollution. London's sewerage system is no longer fit for purpose and spills tens of millions of tonnes of untreated sewage mixed with rainwater (combined sewage) into the tidal reaches of the River Thames every year. Bazalgette Tunnel Limited (BTL), is the licensed provider set up to finance, build, maintain and operate the Thames Tideway Tunnel. From Licence Award BTL trades and is known to the public as 'Tideway'. Following completion of the works on the Thames Tideway Tunnel project Tideway will be responsible for maintaining the majority of project assets during the project's System Acceptance Period which is currently targeted to run from summer 2025. Tideway is therefore seeking a provider to deliver planned, preventative and reactive maintenance services across the specified surface and near-surface assets at 21 sites in accordance with Tideway's maintenance plans for the System Acceptance Period and possibly beyond subject to novation. The assets to be maintained under the Contract are generally categorised as: - Near-surface civils elements - MEICA elements - Building services elements - Infrastructure elements - Safety restraints - Maintenance access hardware For the avoidance of doubt deep civils (e.g. main tunnel, connection tunnels, and shafts) are out of scope of the Contract. Following the completion of System Acceptance the assets (with the exception of deep civils) are transferred to Thames Water who take on maintenance responsibilities, therefore the Contract will include provisions for extensions and novation beyond the initial term up to a maximum 10 year term. Interested parties must register on Tideway's e-sourcing portal and will be able to download the Pre-Qualification Pack ('PQP') including the form of response to be completed and returned to submit a compliant response. The registration process is set out in section VI.3) of this Contract Notice. The PQP contains further detail regarding Tideway, the scope of services and further detail on the Contract and the timeline and phases of the procurement. Whilst it is intended that the procurement will be run in accordance with the timeline and process described in the PQP, this contract notice and the Procurement Documents, Tideway reserves the right to amend or cancel any or all of the procurement at any time and/or amend the timescales.",
"value": {
"amount": 11500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Interested organisations should refer to II.1.4) (Short Description) and VI.3) (Additional information) and to the PQP and other Procurement Documents for further information on the description of the Services and the Contract. Section II.1.5 (Estimated total value): The estimated total value has been based on the initial term of 27 months, this value is indicative and depends on business needs over the term. Section II.2.7 (Duration of the Contract): The initial term of the Contract is currently estimated to be 27 months with options to extend to a total possible aggregate term of ten (10) years should all possible extension and novation options be exercised. Timescales in this Contract Notice are estimated based on the current Tideway programme but may be subject to change.",
"value": {
"amount": 11500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 810
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Applicants are referred to the PQP and Pre-Qualification Questionnaire (PQQ) for information on Tideway's criteria for choosing Applicants to be invited to tender for the Contract. Tideway expects to select the top four Applicants to tender for the Contract. Tideway reserves the right in its absolute discretion to invite fewer than four or to invite five Applicants on the basis described in the PQP."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45259000",
"description": "Repair and maintenance of plant"
},
{
"scheme": "CPV",
"id": "45259100",
"description": "Wastewater-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "50324200",
"description": "Preventive maintenance services"
},
{
"scheme": "CPV",
"id": "50511000",
"description": "Repair and maintenance services of pumps"
},
{
"scheme": "CPV",
"id": "50512000",
"description": "Repair and maintenance services of valves"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"deliveryLocation": {
"description": "Services to be delivered in London in relation to the Thames Tideway Tunnel Project, generally across the 21 identified sites."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://tideway.bravosolution.co.uk",
"communication": {
"atypicalToolUrl": "https://tideway.bravosolution.co.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants are referred to the PQQ for information about conditions for participation.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Applicants are referred to the PQQ for information about Tideway's objective rules and criteria for participation."
},
"submissionTerms": {
"depositsGuarantees": "Tideway reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step in rights) and other forms of security as appropriate to be specified in the Procurement Documents to be made available at ITT stage. Applicants are referred to the PQQ for relevant information.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"contractTerms": {
"financialTerms": "The main financing conditions, payment mechanism and performance standards are confirmed in the Procurement Documents.",
"tendererLegalForm": "Tideway will accept expressions of interest and tenders from single entities or Consortia. Tideway does not require Consortia to form a single legal entity. Tideway will consider contracting with a Consortium, providing always that the participants in any unincorporated joint venture are jointly and severally liable for all of the obligations of the Consortium under the Contract. The nature of the Contractor or Contractors, assumption of liability and the terms of any parent company guarantees (PCGs) will be a matter for further discussion at ITT stage and Tideway's detailed requirements and evaluation methodology in this regard will be set out in the ITT. Applicants must provide full details of their proposed contracting structures with their completed PQQ Response. See PQP for further details.",
"performanceTerms": "Contract performance conditions will be set out in the ITT.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-09-25T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-01-08T00:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "In accordance with the modified UCR 2016 regime (insofar as it applies to Tideway), Tideway will incorporate a minimum 10 calendar day standstill period before award from the point information on award is communicated to Tenderers. Any request for further information by Tenderers pursuant to the modified UCR 2016 regime must be made in writing to the address set out in section I.1 above. The modified UCR 2016 regime provides remedies for economic operators who, in consequence of a breach of the modified UCR 2016 regime, suffer, or risk suffering, loss or damage. Proceedings must be started in the High Court of England and Wales."
},
"parties": [
{
"id": "GB-FTS-88402",
"name": "Bazalgette Tunnel Limited (trading as Tideway)",
"identifier": {
"legalName": "Bazalgette Tunnel Limited (trading as Tideway)",
"id": "09553573"
},
"address": {
"streetAddress": "Cottons Centre, Cottons Lane",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 2QG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 8000308080",
"email": "Procurement@Tideway.London",
"url": "https://tideway.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.Tideway.London",
"buyerProfile": "https://tideway.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"description": "Design, finance, construct and operate the Thames Tideway Tunnel. See Section VI.3 Additional Information for further information on the contracting entity's activity"
}
]
}
},
{
"id": "GB-FTS-68332",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Court of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-88402",
"name": "Bazalgette Tunnel Limited (trading as Tideway)"
},
"language": "en"
}