Contract

Commercial Support Services Framework

  • Bazalgette Tunnel Limited

F20: Modification notice

Notice identifier: 2024/S 000-014620

Procurement identifier (OCID): ocds-h6vhtk-0457ce

Published 8 May 2024, 10:12am



Section one: Contracting authority/entity

one.1) Name and addresses

Bazalgette Tunnel Limited

Blue Fin Building, 6th Floor, 110 Southwark Street, London, England, SE1 0SU

London

SE1 0SU

Email

procurement@tideway.london

Telephone

+44 2031477700

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.tideway.london

Buyer's address

https://tideway.bravosolution.co.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Commercial Support Services Framework

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement at the time of conclusion of the contract:

The initial framework was awarded by Bazalgette Tunnel Limited, trading as Tideway, as the regulated Infrastructure Provider.

Tideway is a standalone entity with its own license from its regulator, Ofwat, that is responsible for the delivery of the Thames Tideway Tunnel (TTT), which is a significant infrastructure asset.

The overarching role and purpose of the framework agreement is to provide access to qualified personnel across a range of commercial support services, for both pre and post contract responsibilities, to support the delivery of the TTT Project.

Initial framework commencement date was June 2016 and based on the original framework term concludes in June 2024. With the TTT Project now entering its final stages, commercial resource is still required but on a diminishing scale and ad-hoc basis.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

96

In the case of framework agreements, provide justification for any duration exceeding 4 years

Commercial resource required for an additional 3 year term, inline with planned delivery of key project milestones. Incumbent resources required on a diminishing scale and ad-hoc basis for a 3 year term in line with TTT project completion.

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 four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2015/S 228-415921


Section five. Award of contract/concession

Contract No

Commercial Support Services Framework

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

18 March 2016

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

Arcadis LLP

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Gardiner & Theobald LLP

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Turner & Townsend Cost Management Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £9,200,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2L 2LL

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 72224000 - Project management consultancy services

seven.1.3) Place of performance

NUTS code
  • UKI - London

seven.1.4) Description of the procurement:

The overarching role and purpose of the Framework Agreement is to provide access to qualified personnel across a range of commercial support services, for both pre and post contract responsibilities, to support the delivery of the Project.

Initial framework commencement date was June 2016 and based on the original framework term concludes in June 2024. With the Project now entering its final stages of construction, commercial resource is still required but on a diminishing scale and ad-hoc basis for support in the delivery of project completion, handover and system commissioning and acceptance requirements.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

3 June 2024

End date

2 June 2027

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework extension is required for additional 3 years to provide project with on-going capability for delivery of completion and handover requirements. Level of capability and associated resourcing will be required on a diminishing scale.

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£1,500,000

seven.1.7) Name and address of the contractor/concessionaire

Arcadis LLP

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.1.7) Name and address of the contractor/concessionaire

Gardiner & Theobald LLP

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.1.7) Name and address of the contractor/concessionaire

Turner & Townsend Cost Management Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Tideway requires an extension to the current framework agreement to ensure access to specialist commercial resource is in place up until system acceptance, currently planned for mid-2027.

It is likely the level of resource required across the 3 year extension term will be on a diminishing scale based on the status of the TTT project.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Continuation of service requirement based on delivery of project milestones. Level of resourcing is required on a diminishing scale and ad-hoc basis.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £9,200,000

Total contract value after the modifications

Value excluding VAT: £10,700,000