Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Person cyswllt: Jon Mannering
E-bost: jon.mannering@environment-agency.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Cyfeiriad proffil y prynwr: https://defra-family.force.com/s/Welcome
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://atamis-9529.my.site.com/s/Welcome
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://atamis-9529.my.site.com/s/Welcome
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Yr Amgylchedd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
River Thames Scheme (RTS) Construction Partner
Cyfeirnod: C22875
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The River Thames between Egham and Teddington has the largest area of undefended, developed floodplain in England. Over 10,000 homes and businesses within the area are at risk from flooding.<br/>Major flooding in this area would cause severe disruption to the local and regional road network. It would suspend several major drinking water abstractions supplying the South East and threaten up to 20 local electricity sub-stations.<br/><br/>The River Thames Scheme (“RTS”) is being delivered in partnership between the Environment Agency and Surrey County Council and will reduce the risk of flooding to homes, businesses and critical infrastructure (roads, sewerage network, and power supplies) between Egham and Teddington. <br/><br/>The scheme consists of:<br/><br/>• Construction of 8 km of new flood channel built in two sections;<br/>• Improving the flow capacity at Sunbury, Molesey and Teddington weirs;<br/>• Improving the flow capacity downstream of the Desborough Cut channel;<br/>• Building community resilience through flood planning and improved emergency planning;<br/>• Creating new green open spaces and habitat creation areas;<br/>• Providing a new sustainable travel route.<br/><br/>RTS will reduce flood risk to people living and working near the Thames, enhance the resilience of nationally important infrastructure, contribute to a vibrant local economy and maximise the social and environmental value of the river.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45110000
45221245
45112700
45233131
45200000
45233100
45210000
45233000
45233130
45240000
45250000
45246000
45262000
45500000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
Surrey, between Egham and Teddington
II.2.4) Disgrifiad o’r caffaeliad
The Environment Agency (EA) and Surrey County Council (SCC) are seeking to appoint a Construction Partner to deliver the River Thames Scheme. The EA shall be the sole contracting authority with the contract providing SCC with access rights by way of a collateral warranty.<br/><br/>The main works include design and construction of the 8km flood channel built in two channel sections:<br/><br/>• Egham Hythe to Chertsey;<br/>• Laleham to Shepperton.<br/><br/>and will include design and construction of the following:<br/><br/>• Increasing the flow capacity of Sunbury, Molesey and Teddington weirs;<br/>• Increasing the capacity downstream of the Desborough Cut;<br/>• Highways bridges, roads and footbridges on private and public land, work to M3 motorway assets and utility service diversions, including the Southampton to London pipeline;<br/>• Landscaping works including creation of areas for community use post construction and areas of habitat created to mitigate impacts during construction;<br/>• Active travel routes to encourage cycling and other forms of non-motorised travel;<br/>• Earthworks including excavation, storage, treatment, placement and disposal of approx. 1 million mᶾ of material including landfill waste, topsoil, alluvium and gravels - this represents a significant proportion of the overall construction costs;<br/>• New operational assets to ensure the channel can be operated and maintained by a dedicated team once in service.<br/><br/>The contract shall be awarded in two stages as described below:<br/><br/>Stage One – Early Contractor Involvement phase - Design Development and Construction Planning: <br/><br/>• Mobilisation of the design team and undertaking full detailed design; <br/>• Carry out surveys as appropriate to inform design and consenting requirements; <br/>• Conduct sub-contractor procurement and agree pricing based on detailed design, carry out two stage appointments if necessary; <br/>• Work progressively on the pricing proposals for Stage Two Works with reference to the Pricing Information, programme and Construction Partner’s design for the Full Business Case (FBC); <br/>• Plan/apply for permits & licences in accordance with the consenting strategy; <br/>• Engage specialist suppliers through its design process; <br/>• Critically review the apportionment of risk and adopt a methodology of reducing the Client’s risk in key areas; <br/>• Collaborative development of KPIs that are to be adopted during Stage Two; <br/>• Provide proposals for value engineering and optimisation where possible; <br/>• Deliver project ambitions for carbon emissions and sustainability goals; <br/>• Plan to prepare and commence works on site as soon as DCO is granted and FBC is approved; <br/>• Take ownership of the existing relationship and negotiations with utility providers and undertake any necessary service diversion works necessary prior to Stage Two subject to funding approval; <br/>• Any potential enabling works such as site clearance, site possession and security; <br/>• Work collaboratively with the Client’s design team for assurance on design activities. <br/><br/>Stage Two – Construction works:<br/><br/>• Site mobilisation; <br/>• Early works not completed in Stage One such as site clearance, site possession and security; <br/>• Construction phase; <br/>• Maintenance of the planted landscape elements; <br/>• Reporting, health & safety file, O&M and handover at completion. <br/><br/>The Stage One contract shall be awarded to the successful bidder from this procurement process. Award of the Stage Two contract shall be subject to a number of success criteria that shall be defined in the Invitation to Tender (ITT). The intention is to award the Stage Two contract to the successful bidder from this procurement process but, in the event that the success criteria are not met, the Contracting Authority reserves the right to award the Stage Two contract to a different contractor.<br/><br/>The Authority estimates that delivery of RTS in its entirety may cost in the region of £300m - £375m. This estimate includes all pre-construction and construction activities that the Authority may require the successful contractor to undertake but does not include any other compensation events or permissible price increases during the term and therefore the Authority has estimated the total maximum value of the contract in the Contract Notice to be higher than this at £500,000,000 to provide some flexibility. <br/><br/>The construction programme for the successful completion of the works is expected to be a period of approximately 7.5 years (91 months) though this does not take account of as yet unforeseen requirements of the DCO approval, any extensions of time permissible by the Contract, the defects period, or any maintenance provision. The contract shall continue until the completion of the works and all of the subsequent related contractual obligations have been fulfilled unless terminated earlier in accordance with its terms.<br/><br/>The Competitive Procedure with Negotiation is the selected procurement procedure for the RTS Construction Partner requirement. Two stages of shortlisting shall be utilised as follows:<br/><br/>• The Selection Questionnaire (SQ) shall apply the selection criteria to shortlist Candidates to a minimum of 4 and maximum of 6 for ITT. <br/><br/>• Initial tender responses shall be evaluated in accordance with the ITT evaluation model and a maximum of 3 taken forward to the negotiation stage. <br/><br/>The shortlisted bidders will be invited to participate in negotiations. The negotiations could cover any aspect of the tender, from the quality of the solution to contractual clauses, costs, innovation incentives, or ways in which solutions will be implemented excluding the defined minimum requirements which are not subject to negotiation. <br/><br/>The form of contract shall be an NEC4 Engineering & Construction Contract (ECC) utilising the Option C (Target Cost Incentive Model with Activity Schedule) pricing option for both Stage One and Stage Two. The share ranges for the Stage One contract shall be set to zero but appropriate share ranges shall be set for the Stage Two contract.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Environment
/ Pwysoliad: 5%
Maes prawf ansawdd: Design & Construction Methodology
/ Pwysoliad: 30%
Maes prawf ansawdd: Programme
/ Pwysoliad: 10%
Maes prawf ansawdd: Sustainability & Carbon Reduction
/ Pwysoliad: 5%
Maes prawf ansawdd: Supply Chain Management
/ Pwysoliad: 3%
Maes prawf ansawdd: Staff
/ Pwysoliad: 2%
Maes prawf ansawdd: Risk Transfer
/ Pwysoliad: 2.5%
Maes prawf ansawdd: Health, Safety & Wellbeing
/ Pwysoliad: 2.5%
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10%
Price
/ Pwysoliad:
30%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 91
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 4
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As described in the procurement documents.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
See procurement documents for details.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
22/03/2024
Amser lleol: 17:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The Contracting Authority will use the Defra e-Sourcing portal, Atamis, in this procurement. <br/><br/>In order to participate and access the procurement documents, Candidates must register on Atamis at https://defra-family.force.com/s/Welcome and then search for project ref. C22875.<br/><br/>The Contracting Authority does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court Royal Courts of Justice
London
The Strand
WC2A 2LL
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The Contracting Authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Dyddiad anfon yr hysbysiad hwn
26/01/2024