Section one: Contracting entity
one.1) Name and addresses
Bazalgette Tunnel Limited (trading as Tideway)
Cottons Centre, Cottons Lane
London
SE1 2QG
Telephone
+44 8000308080
Country
United Kingdom
Region code
UKI - London
National registration number
09553573
Internet address(es)
Main address
Buyer's address
https://tideway.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://tideway.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://tideway.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://tideway.bravosolution.co.uk
one.6) Main activity
Other activity
Design, finance, construct and operate the Thames Tideway Tunnel. See Section VI.3 Additional Information for further information on the contracting entity's activity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance Services for the Thames Tideway Tunnel
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £11,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45259000 - Repair and maintenance of plant
- 45259100 - Wastewater-plant repair and maintenance work
- 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
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Services to be delivered in London in relation to the Thames Tideway Tunnel Project, generally across the 21 identified sites.
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £11,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
27
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants are referred to the PQQ for information about conditions for participation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Applicants are referred to the PQQ for information about Tideway's objective rules and criteria for participation.
three.1.6) Deposits and guarantees required
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.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
The main financing conditions, payment mechanism and performance standards are confirmed in the Procurement Documents.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions will be set out in the ITT.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 January 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom