Tender

Scour and Accretion Monitoring Services for the Thames Tideway Tunnel

  • Bazalgette Tunnel Limited t/a Tideway

F05: Contract notice – utilities

Notice identifier: 2024/S 000-020742

Procurement identifier (OCID): ocds-h6vhtk-047b7a

Published 8 July 2024, 11:09am



Section one: Contracting entity

one.1) Name and addresses

Bazalgette Tunnel Limited t/a Tideway

Tideway, 6th Floor, Blue Fin Building, 110 Southwark Street, London, England

London

SE1 0SU

Email

procurement@tideway.london

Telephone

+44 8000308080

Country

United Kingdom

Region code

UKI - London

National registration number

09553573

Internet address(es)

Main address

www.Tideway.London

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

Scour and Accretion Monitoring Services for the Thames Tideway Tunnel

two.1.2) Main CPV code

  • 71351923 - Bathymetric surveys services

two.1.3) Type of contract

Services

two.1.4) Short description

The Thames Tideway Tunnel (TTT) 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 main tunnelling works, it is necessary to undertake scour and accretion monitoring services (bathymetric surveys) of the foreshore to monitor for unexpected impact on scour and accretion within the River Thames. The purpose of the services is to establish the foreshore profile and natural variations of the foreshore following construction works in the foreshore when operation of the TTT commences. The surveys are to be of designated areas and repeated to determine variations between surveys. The TTT works in the foreshore have the potential to affect the river regime, causing variations in the riverbed levels greater that natural variations and may affect the natural habitat. Scour of the riverbed can be detrimental to the stability of third-party infrastructure such as river walls, jetties and bridge piers, whereas accretion of the riverbed may impact navigation and could affect drainage outfalls.

It is anticipated that a supplier will be procured to deliver the services (across multiple project TTT sites / locations) pursuant to the award of a single contract. The contract is expected to commence in March 2025 allowing for a period of supplier mobilisation, with Services due to commence in June 2025 up to a period of six years. Please note this period is subject to change. The duration of the requirement will ultimately be determined by ongoing analysis of the River Thames and associated scour and accretion levels.

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: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34513550 - Survey vessels
  • 38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances
  • 38296000 - Surveying instruments
  • 71353100 - Hydrographic surveying services
  • 71355000 - Surveying services
  • 79311300 - Survey analysis services

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, across multiple project sites. Please refer to the PQP for additional information on site locations.

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.

A Supplier is to be appointed to provide the Services across a variety of TTT project sites commencing at the start of the System Acceptance period, currently planned for mid-2025, with services required up to a period of six years. Please note this is subject to change based on ongoing project requirements.

Please refer to the PQP for information on the TTT programme and associated project milestones.

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: £2,000,000

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

Duration in months

72

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

7 August 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 October 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