Tender

Information Systems Managed Service

  • Tideway

F05: Contract notice – utilities

Notice identifier: 2024/S 000-030817

Procurement identifier (OCID): ocds-h6vhtk-0484bb

Published 26 September 2024, 2:24pm



Section one: Contracting entity

one.1) Name and addresses

Tideway

6th Floor Blue Fin Building 110 Southwark St London

London

SE1 0SU

Email

procurement@tideway.london

Telephone

+44 2031477700

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

Information Systems Managed Service

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Following completion of the Works on the Thames Tideway Tunnel (TTT) project, Bazalgette Tunnel Limited (trading as Tideway) will be transitioning from a construction project to a "steady state" utility company responsible for the long term ownership, financing and (where relevant) maintenance of the TTT so that it is available for use in conjunction with Thames Water's sewer network.

Tideway as a company currently comprises circa 250 end users and includes functions and related systems, applications, and general operating model appropriate to support a large infrastructure project. However the Tideway project is approaching completion and the organisation will transition from a project into a long term "steady state" model. At steady state end user numbers will reduce to 30-40 with core functions covering Finance (treasury), Regulation, limited physical (tunnel) maintenance and corporate services.

Tideway is therefore seeking a provider for Information Systems services to consolidate various services to a single holistic managed service, with services commencing around June 2025. The service provider will also assist Tideway in ongoing consolidation of providers and services, managing the reduction of end users during the transition period, and close-out of construction-phase applications and associated data archiving. With the target of achieving steady state service, application and user landscape around December 2026. Key service requirements will include, but not limited to :

• Service Operations

• Service Management

• Networks

• Security

• Information Management

• Project Management (professional services)

Further details of Tideway as an organisation and the Thames Tideway Tunnel project can be found at www.Tideway.London.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 48000000 - Software package and information systems
  • 51600000 - Installation services of computers and office equipment
  • 64210000 - Telephone and data transmission services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services
  • 72700000 - Computer network services
  • 79810000 - Printing services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Services to be delivered in London generally at Tideway offices, currently as shown in section I.1

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 total possible contract duration of 10 years, 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 3 years with options to extend to a total possible aggregate term of ten (10) years should all possible extension 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Extension options to be included in the contract terms

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-023277

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 November 2024

Local time

12:00pm

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

13 January 2025

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) 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.

5) 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.

6) 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