Tender Details
Title
Groundwater Monitoring Services Bazalgette Tunnel Limited (trading as Tideway) Groundwater Monitoring Services Bazalgette Tunnel Limited (trading as Tideway) Groundwater Monitoring ServicesThe 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 t... Reference no:JUN480374 Published by:Bazalgette Tunnel Limited (trading as Tideway) Published to:External Deadline date:22/07/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-046e0d Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-046e0dPublished by:Bazalgette Tunnel Limited (trading as Tideway)Authority ID:AA83531Publication date:07 June 2024Deadline date:22 July 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract 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. Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesBazalgette Tunnel Limited (trading as Tideway)09553573Blue Fin Building, 110 Southwark StreetLondonSE1 0SUUK Telephone: +44 8000308080 E-mail: procurement@tideway.london NUTS: UKIInternet address(es) Main address: www.Tideway.London Address of the buyer profile: https://tideway.bravosolution.co.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://tideway.bravosolution.co.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://tideway.bravosolution.co.ukTenders or requests to participate must be sent to the abovementioned addressElectronic 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.ukI.6) Main activity Other: Design, finance, construct and operate the Thames Tideway Tunnel. See Section VI.3 Additional Information for further information on the contracting entity's activitySection II: ObjectII.1) Scope of the procurementII.1.1) TitleGroundwater Monitoring ServicesII.1.2) Main CPV code90733700 II.1.3) Type of contractServicesII.1.4) Short descriptionThe 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 valueValue excluding VAT: 1 250 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)719000009071150090733700II.2.3) Place of performanceNUTS code:UKIMain 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 procurementInterested 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: No II.2.10) 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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Applicants are referred to the PQQ for information about conditions for participation.III.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.1.4) Objective rules and criteria for participationApplicants 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 contractIII.2.2) Contract performance conditionsContract performance conditions will be set out in the ITT.Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedureNegotiated with call for competitionIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 22/07/2024 Local time: 12:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 30/09/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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 informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional information1) 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.london2) 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 reviewVI.4.1) Review bodyHigh CourtRoyal Court of Justice, StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise 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 obtainedHigh CourtRoyal Court of Justice, StrandLondonWC2A 2LLUKVI.5) Date of dispatch of this notice06/06/2024 Coding Commodity categories ID Title Parent category 90711500Environmental monitoring other than for constructionEnvironmental impact assessment other than for construction90733700Groundwater pollution monitoring or control servicesServices related to water pollution71900000Laboratory servicesArchitectural, construction, engineering and inspection services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:procurement@tideway.londonAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
06.06.2024
Deadline Date
22.07.2024
Overview
Groundwater Monitoring Services Bazalgette Tunnel Limited (trading as Tideway) Groundwater Monitoring ServicesThe 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 t... Reference no:JUN480374 Published by:Bazalgette Tunnel Limited (trading as Tideway) Published to:External Deadline date:22/07/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-046e0d Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-046e0dPublished by:Bazalgette Tunnel Limited (trading as Tideway)Authority ID:AA83531Publication date:07 June 2024Deadline date:22 July 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract 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. Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesBazalgette Tunnel Limited (trading as Tideway)09553573Blue Fin Building, 110 Southwark StreetLondonSE1 0SUUK Telephone: +44 8000308080 E-mail: procurement@tideway.london NUTS: UKIInternet address(es) Main address: www.Tideway.London Address of the buyer profile: https://tideway.bravosolution.co.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://tideway.bravosolution.co.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://tideway.bravosolution.co.ukTenders or requests to participate must be sent to the abovementioned addressElectronic 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.ukI.6) Main activity Other: Design, finance, construct and operate the Thames Tideway Tunnel. See Section VI.3 Additional Information for further information on the contracting entity's activitySection II: ObjectII.1) Scope of the procurementII.1.1) TitleGroundwater Monitoring ServicesII.1.2) Main CPV code90733700 II.1.3) Type of contractServicesII.1.4) Short descriptionThe 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 valueValue excluding VAT: 1 250 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)719000009071150090733700II.2.3) Place of performanceNUTS code:UKIMain 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 procurementInterested 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: No II.2.10) 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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Applicants are referred to the PQQ for information about conditions for participation.III.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.1.4) Objective rules and criteria for participationApplicants 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 contractIII.2.2) Contract performance conditionsContract performance conditions will be set out in the ITT.Section IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedureNegotiated with call for competitionIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 22/07/2024 Local time: 12:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 30/09/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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 informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional information1) 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.london2) 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 reviewVI.4.1) Review bodyHigh CourtRoyal Court of Justice, StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise 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 obtainedHigh CourtRoyal Court of Justice, StrandLondonWC2A 2LLUKVI.5) Date of dispatch of this notice06/06/2024 Coding Commodity categories ID Title Parent category 90711500Environmental monitoring other than for constructionEnvironmental impact assessment other than for construction90733700Groundwater pollution monitoring or control servicesServices related to water pollution71900000Laboratory servicesArchitectural, construction, engineering and inspection services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:procurement@tideway.londonAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Other Foundation Other Foundation Regulation and Administration of Communications Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Construction Architectural Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Regulation Regulation and Administration of Communications Courts Agriculture Courts Financial Transactions Processing Foundation Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Water Construction Professional Process Funds
CPVS
Tools Parts of structures Earthmoving and excavating machinery, and associated parts Profiles Laboratory, optical and precision equipments (excl. glasses) System, storage and content management software package Aggregates Mains Nuts Calendars Sections Construction, foundation and surface works for highways, roads Sewerage work Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Carbon Frames Wells construction work Tunnelling works Sewage work Feasibility study, advisory service, analysis Construction work for engineering works except bridges, tunnels, shafts and subways Construction work Structures and parts System, storage and content management software development services Forms Vats Laboratory, hygienic or pharmaceutical glassware Transfers Monitors Sewage, refuse, cleaning and environmental services Other services Drills Seats, chairs and related products, and associated parts Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Vegetable saps, extracts, peptic substances and thickeners Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles Nuts Calendars Awards Water Business cases Utilities Inspection Well engineering Co financing Population Single room Case making services Aggregates Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Security Services Architecture Bridges and Tunnels Engineering Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Transportation Environmental Work Printing and Publishing Services Railways-Rail-Railroad Defence and Security Infrastructure and Tunnels Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Industry Laboratory Equipment and Services Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert