Opportunity

Remote Tunnel Inspection Services - Technology Development Services and Remote Tunnel Inspection Services

  • Bazalgette Tunnel Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-032092

Published 11 November 2022, 3:55pm



Section one: Contracting entity

one.1) Name and addresses

Bazalgette Tunnel Limited

Cottons Centre, Cottons Lane

London

SE1 2QG

Contact

Andy Foster

Email

Andrew.foster@tideway.london

Telephone

+44 2031477700

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.tideway.london

Buyer's address

https://tideway.bravosolution.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

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

Remote Tunnel Inspection Services - Technology Development Services and Remote Tunnel Inspection Services

two.1.2) Main CPV code

  • 71631400 - Technical inspection services of engineering structures

two.1.3) Type of contract

Services

two.1.4) Short description

Tideway is seeking to appoint a Contractor(s) for delivery of Remote Tunnel Inspection Services. The requirement will be delivered under two stages.

Stage 1 - Remote Tunnel Inspection Technology Development and Proving; and

Stage 2 - Remote Tunnel Inspection Services - Main Contract

Stage 2 is subject to successful completion of Stage 1 and Tideway reserves the absolute right not to award a contract for Stage 2.

Applicants are referred to the Pre-Qualification Pack (PQP) and accompanying documentation for more information.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38820000 - Remote-control equipment
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71311300 - Infrastructure works consultancy services
  • 71630000 - Technical inspection and testing services
  • 73200000 - Research and development consultancy services
  • 76600000 - Pipeline-inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Services to be delivered in London in relation to the Thames Tideway Tunnel Project

two.2.4) Description of the procurement

Tideway is seeking to appoint a Contractor(s) for delivery of Remote Tunnel Inspection Services. The requirement will be delivered under two stages.

Stage 1 - Remote Tunnel Inspection Technology Development and Proving; and

Stage 2 - Remote Tunnel Inspection Services - Main Contract

Stage 2 is subject to successful completion of Stage 1 and Tideway reserves the absolute right not to award a contract for Stage 2.

The contract term for Stage 1 will be 12 months currently planned from March 2023 to March 2024. If a Contractor is progressed to Stage 2 it is currently envisaged the contract term for Stage 2 remote tunnel inspection services will be a minimum of 1 to a maximum of 5 years.

Applicants are referred to the Pre-Qualification Pack (PQP) and accompanying documentation for more information.

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: £2,100,000

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

Duration in months

24

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: Yes

Description of options

Applicants should be aware that the initial term of the Contract for Stage 1 Remote Tunnel Inspection Technology Development and Proving is 12 months (March 2023 - March 2024).

It is Tideway's intention to award separate contracts to two separate Contractors to deliver Stage 1.

On completion of Stage 1, Tideway will undertake review of Stage 1 deliverables and at Tideway's absolute discretion select one Contractor to deliver Stage 2 Remote Tunnel Inspection Services - Main Contract. The contract term for Stage 2 is currently planned for a minimum of 1 to to a maximum of 5 years.

Tideway reserves the right not to award a Contract for Stage 2 Remote Tunnel Inspection Services - Main Contract.

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 PQP and 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 PQP and PQQ for information about Tideway's objective rules and criteria for participation in the Contract.

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 PQP for relevant information available at this Contract Notice stage.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

The main financing conditions, payment mechanisms, performance standards and incentive mechanisms will be described in the Procurement Documents to be made available at ITT stage. Further details will be provided in the published ITT documentation. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.


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

14 December 2022

Local time

12:00pm

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

10 January 2023

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: 12 (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.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

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