Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 6th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e0d
Common Procurement VocabularyGroundwater pollution monitoring or control services
Procurement MethodNegotiated procedure with prior call for competition
Value£1,250,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 6th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e0d
Common Procurement VocabularyGroundwater pollution monitoring or control services
Procurement MethodNegotiated procedure with prior call for competition
Value£1,250,000

Section I: Contracting entity

I.1) Name and addresses

Bazalgette Tunnel Limited (trading as Tideway)

Blue Fin Building, 110 Southwark Street

London

SE1 0SU

Email

procurement [at] tideway.london

Telephone

+44 8000308080

Country

United Kingdom

NUTS code

UKI - London

National registration number

09553573

Internet address(es)

Main address

www.Tideway.London

Buyer's address

https://tideway.bravosolution.co.uk

I.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

I.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 II: Object

II.1) Scope of the procurement

II.1.1) Title

Groundwater Monitoring Services

II.1.2) Main CPV code

  • 90733700 - Groundwater pollution monitoring or control services

II.1.3) Type of contract

Services

II.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'.

Tideway is upgrading London’s sewer system to comply with UK obligations under the wastewater directives and cope with its growing population. Our 25km tunnel will intercept, store and ultimately transfer storm sewage away from the River Thames. Construction of the Thames Tideway Tunnel is planned to be completed during 2024 followed by periods of system commissioning and system acceptance testing.

During the project construction phase groundwater monitoring and dewatering activity has been undertaken by the main works contractors (MWCs) within their respective areas of the project.

Following completion of construction works, operational monitoring is required for a period for assurance purposes. The operational groundwater monitoring has different requirements to that undertaken during the construction phase. During construction the requirements focused on monitoring and managing the effects of construction activity, during operation the requirements relate to monitoring and managing the effects of the operation of the tunnel by monitoring for sewage indicators.

The responsibility for groundwater monitoring transfers from the MWCs to Tideway at completion of the works. Tideway is therefore seeking a Contractor to provide groundwater monitoring services across the specified sites for an initial period of 3 years and maximum term of 10 years. The duration of the requirement is currently estimated at 5 years however it will ultimately be determined by analysis of the groundwater monitoring and sufficient assurance that the tunnel is operating appropriately.

The services will include, but not limited to :

• Monitor groundwater quality by sampling existing boreholes along the tunnel route and have the samples analysed against a list of water quality tests (which will be specified by Tideway).

• For clarity the services do not cover groundwater monitoring via boreholes for construction but will be for tunnel operational monitoring to ensure there is no pollution to the surrounding groundwater.

• For reference, the tunnel will be transporting ‘storm sewage’ flows along it, not sewage. This is important as it will be diluted sewage.

• The boreholes are pre-existing having been drilled around 5-10 years ago. Services or ability relating to maintaining the boreholes themselves may be required.

• The monitoring sites are located mostly in the East area and the eastern half of the Central area of the project.

• We would expect sampling to occur at regular periods. At the moment that is likely to be every 3 months, however this is subject to confirmation.

• Services will include laboratory testing of extracted water samples for stated contaminands and provision of results to Tideway.

• There may be liaison with landowners required to access some of the boreholes.

II.1.5) Estimated total value

Value excluding VAT: £1,250,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services
  • 90711500 - Environmental monitoring other than for construction
  • 90733700 - Groundwater pollution monitoring or control services

II.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 identified sites.

II.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 expected duration of 5 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 36 months 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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

No

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.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.

III.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.

III.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.

III.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.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract performance conditions will be set out in the ITT.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

22 July 2024

Local time

12:00pm

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

30 September 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

VI.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.

VI.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