Tender

River Thames Scheme (RTS) Construction Partner

ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)

This public procurement record has 1 release in its history.

Tender

26 Jan 2024 at 15:28

Summary of the contracting process

The Environment Agency, in partnership with Surrey County Council, is seeking a construction partner for the River Thames Scheme. The project aims to mitigate flood risks along the River Thames between Egham and Teddington, involving the construction of new flood channels, infrastructure improvements, community resilience planning, and sustainable travel routes. The procurement process is currently in the tender stage, with a contract value of £500 million and a tender period ending on 22nd March 2024.

This opportunity presents suitable prospects for construction companies experienced in major infrastructure projects and flood control works. The selected contractor will engage in a two-stage procurement process covering design development, construction planning, and subsequent construction works. The procurement method involves a Competitive Procedure with Negotiation, focusing on quality aspects such as design methodology, sustainability, social value, and health & safety, along with a significant price criterion. Interested bidders are required to register on the Atamis portal to access procurement documents and submit their bids.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

River Thames Scheme (RTS) Construction Partner

Notice Description

The River Thames between Egham and Teddington has the largest area of undefended, developed floodplain in England. Over 10,000 homes and businesses within the area are at risk from flooding.<br/>Major flooding in this area would cause severe disruption to the local and regional road network. It would suspend several major drinking water abstractions supplying the South East and threaten up to 20 local electricity sub-stations.<br/><br/>The River Thames Scheme ("RTS") is being delivered in partnership between the Environment Agency and Surrey County Council and will reduce the risk of flooding to homes, businesses and critical infrastructure (roads, sewerage network, and power supplies) between Egham and Teddington. <br/><br/>The scheme consists of:<br/><br/>* Construction of 8 km of new flood channel built in two sections;<br/>* Improving the flow capacity at Sunbury, Molesey and Teddington weirs;<br/>* Improving the flow capacity downstream of the Desborough Cut channel;<br/>* Building community resilience through flood planning and improved emergency planning;<br/>* Creating new green open spaces and habitat creation areas;<br/>* Providing a new sustainable travel route.<br/><br/>RTS will reduce flood risk to people living and working near the Thames, enhance the resilience of nationally important infrastructure, contribute to a vibrant local economy and maximise the social and environmental value of the river.

Lot Information

Lot 1

The Environment Agency (EA) and Surrey County Council (SCC) are seeking to appoint a Construction Partner to deliver the River Thames Scheme. The EA shall be the sole contracting authority with the contract providing SCC with access rights by way of a collateral warranty.

The main works include design and construction of the 8km flood channel built in two channel sections:

* Egham Hythe to Chertsey;
* Laleham to Shepperton.

and will include design and construction of the following:

* Increasing the flow capacity of Sunbury, Molesey and Teddington weirs;
* Increasing the capacity downstream of the Desborough Cut;
* Highways bridges, roads and footbridges on private and public land, work to M3 motorway assets and utility service diversions, including the Southampton to London pipeline;
* Landscaping works including creation of areas for community use post construction and areas of habitat created to mitigate impacts during construction;
* Active travel routes to encourage cycling and other forms of non-motorised travel;
* Earthworks including excavation, storage, treatment, placement and disposal of approx. 1 million m of material including landfill waste, topsoil, alluvium and gravels - this represents a significant proportion of the overall construction costs;
* New operational assets to ensure the channel can be operated and maintained by a dedicated team once in service.

The contract shall be awarded in two stages as described below:

Stage One - Early Contractor Involvement phase - Design Development and Construction Planning:

* Mobilisation of the design team and undertaking full detailed design;
* Carry out surveys as appropriate to inform design and consenting requirements;
* Conduct sub-contractor procurement and agree pricing based on detailed design, carry out two stage appointments if necessary;
* Work progressively on the pricing proposals for Stage Two Works with reference to the Pricing Information, programme and Construction Partner's design for the Full Business Case (FBC);
* Plan/apply for permits & licences in accordance with the consenting strategy;
* Engage specialist suppliers through its design process;
* Critically review the apportionment of risk and adopt a methodology of reducing the Client's risk in key areas;
* Collaborative development of KPIs that are to be adopted during Stage Two;
* Provide proposals for value engineering and optimisation where possible;
* Deliver project ambitions for carbon emissions and sustainability goals;
* Plan to prepare and commence works on site as soon as DCO is granted and FBC is approved;
* Take ownership of the existing relationship and negotiations with utility providers and undertake any necessary service diversion works necessary prior to Stage Two subject to funding approval;
* Any potential enabling works such as site clearance, site possession and security;
* Work collaboratively with the Client's design team for assurance on design activities.

Stage Two - Construction works:

* Site mobilisation;
* Early works not completed in Stage One such as site clearance, site possession and security;
* Construction phase;
* Maintenance of the planted landscape elements;
* Reporting, health & safety file, O&M and handover at completion.

The Stage One contract shall be awarded to the successful bidder from this procurement process. Award of the Stage Two contract shall be subject to a number of success criteria that shall be defined in the Invitation to Tender (ITT). The intention is to award the Stage Two contract to the successful bidder from this procurement process but, in the event that the success criteria are not met, the Contracting Authority reserves the right to award the Stage Two contract to a different contractor.

The Authority estimates that delivery of RTS in its entirety may cost in the region of PS300m - PS375m. This estimate includes all pre-construction and construction activities that the Authority may require the successful contractor to undertake but does not include any other compensation events or permissible price increases during the term and therefore the Authority has estimated the total maximum value of the contract in the Contract Notice to be higher than this at PS500,000,000 to provide some flexibility.

The construction programme for the successful completion of the works is expected to be a period of approximately 7.5 years (91 months) though this does not take account of as yet unforeseen requirements of the DCO approval, any extensions of time permissible by the Contract, the defects period, or any maintenance provision. The contract shall continue until the completion of the works and all of the subsequent related contractual obligations have been fulfilled unless terminated earlier in accordance with its terms.

The Competitive Procedure with Negotiation is the selected procurement procedure for the RTS Construction Partner requirement. Two stages of shortlisting shall be utilised as follows:

* The Selection Questionnaire (SQ) shall apply the selection criteria to shortlist Candidates to a minimum of 4 and maximum of 6 for ITT.

* Initial tender responses shall be evaluated in accordance with the ITT evaluation model and a maximum of 3 taken forward to the negotiation stage.

The shortlisted bidders will be invited to participate in negotiations. The negotiations could cover any aspect of the tender, from the quality of the solution to contractual clauses, costs, innovation incentives, or ways in which solutions will be implemented excluding the defined minimum requirements which are not subject to negotiation.

The form of contract shall be an NEC4 Engineering & Construction Contract (ECC) utilising the Option C (Target Cost Incentive Model with Activity Schedule) pricing option for both Stage One and Stage Two. The share ranges for the Stage One contract shall be set to zero but appropriate share ranges shall be set for the Stage Two contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04350f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002786-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45110000 - Building demolition and wrecking work and earthmoving work

45112700 - Landscaping work

45200000 - Works for complete or part construction and civil engineering work

45210000 - Building construction work

45221245 - Under-river tunnel construction work

45233000 - Construction, foundation and surface works for highways, roads

45233100 - Construction work for highways, roads

45233130 - Construction work for highways

45233131 - Construction work for elevated highways

45240000 - Construction work for water projects

45246000 - River regulation and flood control works

45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry

45262000 - Special trade construction works other than roof works

45500000 - Hire of construction and civil engineering machinery and equipment with operator

Notice Value(s)

Tender Value
£500,000,000 £100M-£1B
Lots Value
£500,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jan 20242 years ago
Submission Deadline
22 Mar 2024Expired
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

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)
Contact Name
Jon Mannering
Contact Email
jon.mannering@environment-agency.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04350f-2024-01-26T15:28:23Z",
    "date": "2024-01-26T15:28:23Z",
    "ocid": "ocds-h6vhtk-04350f",
    "description": "The Contracting Authority will use the Defra e-Sourcing portal, Atamis, in this procurement. <br/><br/>In order to participate and access the procurement documents, Candidates must register on Atamis at https://defra-family.force.com/s/Welcome and then search for project ref. C22875.<br/><br/>The Contracting Authority does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.",
    "initiationType": "tender",
    "tender": {
        "id": "C22875",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "River Thames Scheme (RTS) Construction Partner",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The River Thames between Egham and Teddington has the largest area of undefended, developed floodplain in England. Over 10,000 homes and businesses within the area are at risk from flooding.<br/>Major flooding in this area would cause severe disruption to the local and regional road network. It would suspend several major drinking water abstractions supplying the South East and threaten up to 20 local electricity sub-stations.<br/><br/>The River Thames Scheme (\"RTS\") is being delivered in partnership between the Environment Agency and Surrey County Council and will reduce the risk of flooding to homes, businesses and critical infrastructure (roads, sewerage network, and power supplies) between Egham and Teddington. <br/><br/>The scheme consists of:<br/><br/>* Construction of 8 km of new flood channel built in two sections;<br/>* Improving the flow capacity at Sunbury, Molesey and Teddington weirs;<br/>* Improving the flow capacity downstream of the Desborough Cut channel;<br/>* Building community resilience through flood planning and improved emergency planning;<br/>* Creating new green open spaces and habitat creation areas;<br/>* Providing a new sustainable travel route.<br/><br/>RTS will reduce flood risk to people living and working near the Thames, enhance the resilience of nationally important infrastructure, contribute to a vibrant local economy and maximise the social and environmental value of the river.",
        "value": {
            "amount": 500000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Environment Agency (EA) and Surrey County Council (SCC) are seeking to appoint a Construction Partner to deliver the River Thames Scheme. The EA shall be the sole contracting authority with the contract providing SCC with access rights by way of a collateral warranty.<br/><br/>The main works include design and construction of the 8km flood channel built in two channel sections:<br/><br/>* Egham Hythe to Chertsey;<br/>* Laleham to Shepperton.<br/><br/>and will include design and construction of the following:<br/><br/>* Increasing the flow capacity of Sunbury, Molesey and Teddington weirs;<br/>* Increasing the capacity downstream of the Desborough Cut;<br/>* Highways bridges, roads and footbridges on private and public land, work to M3 motorway assets and utility service diversions, including the Southampton to London pipeline;<br/>* Landscaping works including creation of areas for community use post construction and areas of habitat created to mitigate impacts during construction;<br/>* Active travel routes to encourage cycling and other forms of non-motorised travel;<br/>* Earthworks including excavation, storage, treatment, placement and disposal of approx. 1 million m of material including landfill waste, topsoil, alluvium and gravels - this represents a significant proportion of the overall construction costs;<br/>* New operational assets to ensure the channel can be operated and maintained by a dedicated team once in service.<br/><br/>The contract shall be awarded in two stages as described below:<br/><br/>Stage One - Early Contractor Involvement phase - Design Development and Construction Planning: <br/><br/>* Mobilisation of the design team and undertaking full detailed design; <br/>* Carry out surveys as appropriate to inform design and consenting requirements; <br/>* Conduct sub-contractor procurement and agree pricing based on detailed design, carry out two stage appointments if necessary; <br/>* Work progressively on the pricing proposals for Stage Two Works with reference to the Pricing Information, programme and Construction Partner's design for the Full Business Case (FBC); <br/>* Plan/apply for permits & licences in accordance with the consenting strategy; <br/>* Engage specialist suppliers through its design process; <br/>* Critically review the apportionment of risk and adopt a methodology of reducing the Client's risk in key areas; <br/>* Collaborative development of KPIs that are to be adopted during Stage Two; <br/>* Provide proposals for value engineering and optimisation where possible; <br/>* Deliver project ambitions for carbon emissions and sustainability goals; <br/>* Plan to prepare and commence works on site as soon as DCO is granted and FBC is approved; <br/>* Take ownership of the existing relationship and negotiations with utility providers and undertake any necessary service diversion works necessary prior to Stage Two subject to funding approval; <br/>* Any potential enabling works such as site clearance, site possession and security; <br/>* Work collaboratively with the Client's design team for assurance on design activities. <br/><br/>Stage Two - Construction works:<br/><br/>* Site mobilisation; <br/>* Early works not completed in Stage One such as site clearance, site possession and security; <br/>* Construction phase; <br/>* Maintenance of the planted landscape elements; <br/>* Reporting, health & safety file, O&M and handover at completion. <br/><br/>The Stage One contract shall be awarded to the successful bidder from this procurement process. Award of the Stage Two contract shall be subject to a number of success criteria that shall be defined in the Invitation to Tender (ITT). The intention is to award the Stage Two contract to the successful bidder from this procurement process but, in the event that the success criteria are not met, the Contracting Authority reserves the right to award the Stage Two contract to a different contractor.<br/><br/>The Authority estimates that delivery of RTS in its entirety may cost in the region of PS300m - PS375m. This estimate includes all pre-construction and construction activities that the Authority may require the successful contractor to undertake but does not include any other compensation events or permissible price increases during the term and therefore the Authority has estimated the total maximum value of the contract in the Contract Notice to be higher than this at PS500,000,000 to provide some flexibility. <br/><br/>The construction programme for the successful completion of the works is expected to be a period of approximately 7.5 years (91 months) though this does not take account of as yet unforeseen requirements of the DCO approval, any extensions of time permissible by the Contract, the defects period, or any maintenance provision. The contract shall continue until the completion of the works and all of the subsequent related contractual obligations have been fulfilled unless terminated earlier in accordance with its terms.<br/><br/>The Competitive Procedure with Negotiation is the selected procurement procedure for the RTS Construction Partner requirement. Two stages of shortlisting shall be utilised as follows:<br/><br/>* The Selection Questionnaire (SQ) shall apply the selection criteria to shortlist Candidates to a minimum of 4 and maximum of 6 for ITT. <br/><br/>* Initial tender responses shall be evaluated in accordance with the ITT evaluation model and a maximum of 3 taken forward to the negotiation stage. <br/><br/>The shortlisted bidders will be invited to participate in negotiations. The negotiations could cover any aspect of the tender, from the quality of the solution to contractual clauses, costs, innovation incentives, or ways in which solutions will be implemented excluding the defined minimum requirements which are not subject to negotiation. <br/><br/>The form of contract shall be an NEC4 Engineering & Construction Contract (ECC) utilising the Option C (Target Cost Incentive Model with Activity Schedule) pricing option for both Stage One and Stage Two. The share ranges for the Stage One contract shall be set to zero but appropriate share ranges shall be set for the Stage Two contract.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Environment",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Design & Construction Methodology",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "name": "Programme",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Sustainability & Carbon Reduction",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Supply Chain Management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Staff",
                            "type": "quality",
                            "description": "2%"
                        },
                        {
                            "name": "Risk Transfer",
                            "type": "quality",
                            "description": "2.5%"
                        },
                        {
                            "name": "Health, Safety & Wellbeing",
                            "type": "quality",
                            "description": "2.5%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                },
                "value": {
                    "amount": 500000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2730
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As described in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45110000",
                        "description": "Building demolition and wrecking work and earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221245",
                        "description": "Under-river tunnel construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233000",
                        "description": "Construction, foundation and surface works for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45250000",
                        "description": "Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45246000",
                        "description": "River regulation and flood control works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262000",
                        "description": "Special trade construction works other than roof works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45500000",
                        "description": "Hire of construction and civil engineering machinery and equipment with operator"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Surrey, between Egham and Teddington"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "See procurement documents for details."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-03-22T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "The Contracting Authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-FTS-99514",
            "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)",
            "identifier": {
                "legalName": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jon Mannering",
                "email": "jon.mannering@environment-agency.gov.uk",
                "url": "https://atamis-9529.my.site.com/s/Welcome"
            },
            "roles": [
                "buyer",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-96030",
            "name": "High Court Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "London",
                "locality": "The Strand",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-99514",
        "name": "ENVIRONMENT AGENCY (Defra Network eTendering Portal)"
    },
    "language": "en"
}