Independent Technical Assessor for the Thames Tideway Tunnel Project
A major new sewer, the ‘Thames Tideway Tunnel’, is urgently needed to provide long overdue and necessary additional sewer capacity to protect the River Thames from increasing pollution.
United Kingdom-London: Infrastructure works consultancy services
2015/S 076-134283
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Thames Water Utilities Limited
The Point, 4th Floor, 37 North Wharf Road, Paddington
For the attention of: ITA Procurement Manager
W2 1AF London
UNITED KINGDOM
Telephone: +44 2031477700
E-mail: procurement@tidewaytunnels.co.uk
Internet address(es):
General address of the contracting authority: http://www.thameswater.co.uk
Address of the buyer profile: http://www.thamestidewaytunnel.co.uk
Electronic access to information: https://thamestidewaytunnel.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://thamestidewaytunnel.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other: sewage disposal but Applicants are referred to Section VI.3) Additional Information regarding the Contracting Authority and those on behalf of whom it is procuring
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Thames Tideway Tunnel Limited (official name not yet known as outlined above)
Address not yet available but contact point until further notice is: The Point, 37 North Wharf Road, Paddington
W2 1AF London
UNITED KINGDOM
Water Services Regulation Authority
B5 4UA
Centre City Tower, 7 Hill Street Birmingham
UNITED KINGDOM
The Secretary of State for Environment Food and Rural Affairs
SW1P 3JR
Nobel House, 17 Smith Square London
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: London, UK.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
This procurement is part of a series of procurements in relation to the Project which will modernise London’s sewerage system, delivering environmental and economic benefits to the UK’s capital for generations.
A major new sewer, the ‘Thames Tideway Tunnel’, is urgently needed to provide long overdue and necessary additional sewer capacity to protect the River Thames from increasing pollution. It will help tackle the problem of the capital’s Victorian sewers overflowing into the River Thames and enable the UK to meet European environmental standards. The Thames Tideway Tunnel will run to approximately 25 km long and up to 70 m deep underground (requiring excavation), broadly following the River Thames and will connect with Thames Water’s existing sewer network.
Project oversight is to be maintained by a liaison between three entities, the Secretary of State, Thames Water and the IP. This liaison is governed by the Liaison Agreement entered into by all 3 parties. The size, complexity and risk of the Project is such that an Independent Technical Assessor (ITA) has been specified in the Liaison Agreement.
The detailed Services are described in the ITA Deed but the overarching role and purpose of the ITA will be to objectively and independently review, evaluate, comment and advise the parties to the Liaison Agreement and the Regulator on the IP and Thames Water’s assessment of ongoing Project performance and delivery.
All three members of the Liaison Agreement will meet as the Liaison Committee.
The ITA will advise and have a duty of care to the Regulator and the parties to the Liaison Agreement. These obligations and the nature of the duty of care obligations are as set out in the ITA Deed which will be entered into between the ITA, the 3 parties to the Liaison Agreement and the Regulator.
Interested parties in the role of the ITA will be able to download the Pre-Qualification Pack (PQP) and related Procurement Documents once they have registered their interest in becoming a Tenderer for the ITA. Further details of the registration process are set out in section III.2) of this contract notice.
The PQP contains further detail regarding the time-line and phases of the procurement of the ITA, the Project’s key features, as well as specific details regarding the pre-qualification phase, including the pre-qualification questions that each interested party must respond to and the way in which Thames Water will assess the responses to the PQP.
Whilst it is intended that the procurement will be run in accordance with the time-line and process described in the PQP, the Procurement Documents and in this contract notice, Thames Water reserves the right to amend or cancel any or all of the procurement at any time.
Interested organisations should refer to sections II.2 (Quantity or scope), VI.3 (Additional information) of this contract notice, the PQP and Thames Water’s website for the Project at www.thamestidewaytunnel.co.uk
It is intended that the successful Tenderer will be awarded the Contract in August 2015 shortly after Licence Award. The initial term of the ITA Deed (Initial ITA Term) is 4 years with options to extend for up to 3 further periods each of 4 years (Additional ITA Term) making a total possible aggregate term of 16 years.
II.1.6)Common procurement vocabulary (CPV)
71311300, 71311000, 71311100, 71318000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
(i) ITA Services consisting of:
— ITA Services — Scheduled;
— ITA Services — Unscheduled; and
(ii) any Varied ITA Services; consisting of:
— Approved Varied ITA Services;
— Individual Varied ITA Services
as described in Schedule 1 to the ITA Deed and in the Scope of Services.
Services will be performed for the benefit of the Parties in accordance with the ITA Deed for the Initial ITA Term and (as applicable) an Additional ITA Term.
The detailed Services are described in the ITA Deed and in the Procurement Documents but the overarching role and purpose of the ITA will be to objectively and independently review, evaluate, comment and advise the parties to the Liaison Agreement and the Regulator on the IP and Thames Water’s assessment of ongoing project performance and delivery. The Liaison Agreement is between Secretary of State for Environment, Food and Rural Affairs, Thames Water and the IP. All three members of the Liaison Agreement will meet as the Liaison Committee.
These obligations and the nature of the duty of care obligations are as set out in the ITA Deed which will be entered into between the three parties to the Liaison Agreement with the addition of the Regulator who will also be a party to the ITA Deed.
Details of the Thames Tideway Tunnel Project are given in the PQP and further information can be viewed at the Project’s website:www.thamestidewaytunnel.co.uk
Interested organisations should refer to II.1.5 (Short Description) and VI.3 (Additional information) and to the PQP for further information on the description of the ITA Services, the Project and the Contract.
The estimated value of the ITA Services is over the EU threshold for Services but the actual value of the Contract will be subject to the tender proposals received.
Estimated value excluding VAT:
Range: between 2 800 000 and 4 500 000 GBP
II.2.2)Information about options
Description of these options: The initial term of the ITA Deed (Initial ITA Term) is 4 years with options to extend for up to 3 further periods each of 4 years (Additional ITA Term) making a total possible aggregate term of 16 years. Applicants should also note that there is an option to terminate the Contract early should certain clauses in the ITA Deed be activated. Further details are set out in the draft ITT and draft ITA Deed made available with the Procurement Documents.
II.2.3)Information about renewals
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: These conditions are set out in the PQP and further detailed in the draft ITT made available with the Procurement Documents and to be confirmed at ITT stage.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Interested organisations must register to participate in the pre-qualification phase of the procurement by following the link https://thamestidewaytunnel.bravosolution.co.uk and complete the online confidentiality undertaking provided at that link.
Following registration and acceptance of the confidentiality undertaking, interested organisations will be able to download the PQP and view other Procurement Documents in accordance with the requirements of Regulation 53 of the Public Contracts Regulation 2015. Instructions and further detail for the pre-qualification phase are set out in the PQP. The PQP has been prepared in accordance with the Public Contracts Regulations 2015.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: This is set out in detail in the PQP. The PQP has been prepared in accordance with the Public Contracts Regulations 2015. The PQP which can be obtained at the address in Section I.1.
III.2.3)Technical capacity
This is set out in detail in the PQP. The PQP has been prepared in accordance with the Public Contracts Regulations 2015. The PQP which can be obtained at the address in Section I.1.
Minimum level(s) of standards possibly required:
This is set out in detail in the PQP. The PQP has been prepared in accordance with the Public Contracts Regulations 2015. The PQP which can be obtained at the address in Section I.1.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
1. Applicants should note that words and expressions in this contract notice with an initial capital letter shall have the meanings given in the Pre-Qualification Pack (PQP) that is available on request to all interested organisations. Interested organisations may obtain the PQP fromhttps://thamestidewaytunnel.bravosolution.co.uk All additional information relating to information provided in this contract notice is available in the PQP.
2. I.1) (Contracting Authority) and I.4) (contract award on behalf of other contracting authorities) — This contract notice is published by Thames Water Utilities Limited on behalf of itself, the Secretary of State for Environment, Food and Rural Affairs (‘Secretary of State’), the Water Services Regulation Authority (‘Regulator’) and an Infrastructure Provider (a regulated delivery body for the Project which is in the process of being formed and will be independent from Thames Water). Thames Water is a ‘utility’ for the purposes of the Utilities Contracts Regulations 2006 so the award of a services contract by Thames Water is subject to those regulations. However the Secretary of State and the Regulator are contracting authorities for the purposes of the Public Contracts Regulations 2015. Since both the Utilities Contracts Regulations 2006 and the Public Contracts Regulations 2015 could apply to the award of the Contract, Thames Water and Stakeholders have agreed to procure using the restricted procedure pursuant to the Public Contracts Regulations 2015. Thames Water is running the procurement in consultation with the Secretary of State and the Regulator. Applicants are referred to the PQP for further information on Thames Water, the IP and the other contracting authorities and the contract letting strategy.
3. II.1.8) (Division into lots) — The Contracting Authority intends to let the Contract as a single contract and not in lots. Given the nature and complexity of the Project and the nature of the ITA Services a single service is required. Further information is provided in the PQP.
4. II.1.9) (Information about variants) — The scope of services is agreed by Stakeholders and Thames Water and the Contracting Authority does not consider it appropriate in the context of the nature and complexity of the Project to allow variants.
5. II.2.1) (Quantity and scope) — The value stated in Section II.2.1 is an estimated range of values for the ITA Services for the Initial ITA Term only and the actual value of the ITA Services may be subject to change depending on the outcome of the procurement and the Services required to be performed during the Term and any Additional ITA Term in accordance with the ITA Deed.
6. II.2.2) (Information about options) — The Contracting Authority reserves the right to extend the Contract beyond the Initial Term so that the total Term may be up to 16 years.
7. II.3) (Duration of the contract or time limit for completion) — the duration of the Contract, time limit for completion and procurement timetable are described in detail in the PQP. The Contracting Authority reserves the right to amend dates and deadlines and to update the procurement timetable. Applicants and Tenderers will be notified as appropriate. The duration of the Contract is for an Initial Term of 4 years capable of extension to a total Term of 16 years although may be subject to change in accordance with the terms the Contract.
8. IV.2.1) (Award criteria) — The Contracting Authority intends to award the Contract to the most economically advantageous tender. Details of the Contracting Authority’s award criteria and methodology for identifying the most economically advantageous tender for the Contract is described in the Procurement Documents and will be confirmed in the ITT to be formally issued to selected Tenderers at ITT stage.
9. IV.3.3 and IV.3.4) (Expressing an interest) — all interested organisations must complete and return a pre-qualification questionnaire (PQQ Response) in the form made available by the Contracting Authority. The PQP and accompanying Procurement Documents are available pursuant to Regulation 53 from https://thamestidewaytunnel.bravosolution.co.uk from the date of dispatch of this contract notice. To express an interest in the Contract, completed PQQ Responses must be returned to https://thamestidewaytunnel.bravosolution.co.uk by the Submission Deadline stated in the PQP.
10. A response to this contract notice does not guarantee that an Applicant will be invited to tender. The process for selecting Tenderer(s) to be invited to tender is set out in the PQP. The Contracting Authority reserves the right in its absolute discretion to abandon, terminate or suspend the award process at any time. Further:
a. the Contracting Authority does not bind itself to enter into any contract arising out of the procedures envisaged by this contract notice;
b. no contractual rights express or implied arise out of this contract notice or the procedures envisaged by it;
c. the Contracting Authority reserves the right to vary its requirements and the procedure relating to the conduct of the award process; and
d. Applicants and Tenderers shall be fully responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and any pre-qualification questionnaire. Thames Water Utilities Limited or any other Contracting Authority will not be responsible for or liable to any Applicant or Tenderer for any cost incurred by such Applicant and/or Tenderer in responding to this contract notice, any pre-qualification questionnaire or any Tender howsoever incurred; and
e. Thames Water is procuring on behalf of itself and the Stakeholders and will undertake the procurement in consultation with the Stakeholders.
VI.4.1)Body responsible for appeal procedures
High Court of Justice
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: