Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
UK
Contact person: Georgia Lawrence
Telephone: +44 2076063030
E-mail: Georgia.Lawrence@cityoflondon.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.capitalesourcing.com/web/login.shtml
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.capitalesourcing.com/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Management and Inspection of Thames Bridges and Highway Structures
II.1.2) Main CPV code
71311220
II.1.3) Type of contract
Services
II.1.4) Short description
The services to stock of approximately 78 highway structures. The stock consists of road-over-road bridges, road-over-rail bridges, pedestrian walkway-over-road bridges, pedestrian subways and a network of service subways. The network of service subways are defined as confined spaces and a permit to work procedure is operated.
The main service to be provided:
1) The planning, inspection and condition monitoring;
2) Maintaining and updating the City of London’s web-based bridge database;
3) Development of revenue maintenance programmes;
4) Implementation of the annual revenue maintenance programmes.
The asset management and operation of 5 bridges over the River Thames and their associated approach structures is required. These consist of: Tower Bridge, London Bridge, Southwark Bridge, Millenium Bridge, Blackfriars Bridge.
II.1.5) Estimated total value
Value excluding VAT:
1 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Management and Inspection of Thames Structures
II.2.2) Additional CPV code(s)
71311210
71631450
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The City of London, as trustees to the Bridge House Estate Trust, is responsible for the asset management and operation of 5 bridges over the River Thames and their associated approach structures. The services to be provided relate to the inspection and asset management of the following structures, on behalf of the City:
— Tower Bridge,
— main river spans (including twin-leaf bascules) and high-level walkways,
— north approach viaduct structures,
— south approach viaduct structures,
— London Bridge,
— main river spans,
— south approach vaults,
— duke street hill footbridge,
— London Bridge Staircase,
— Southwark Bridge,
— main river spans,
— north approach vaults,
— south approach Vaults,
— park street bridge,
— north pedestrian subway,
— millennium bridge,
— main river spans and north and south abutments,
— blackfriars bridge,
— main river spans,
— north shore spans,
— south pedestrian subway.
The City undertakes a 6 year rolling programme of structural inspection which consists of a General Inspection (GI) of each bridge every 2 years and a more detailed Principal Inspection (PI) every 6 years.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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: 5
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
Lot No: 2
II.2.1) Title
Management and Inspection of Highway Structures
II.2.2) Additional CPV code(s)
71311210
71311220
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
To it’s stock of approximately 78 highway structures but excluding the 5 river bridges referred to above. The stock consists of road-over-road bridges, road-over-rail bridges, pedestrian walkway-over-road bridges, pedestrian subways and a network of service subways. The consultant should note that the network of service subways are defined as confined spaces and a permit to work procedure is operated.
The main service to be provides consists of the following:
1) The planning, inspection and condition monitoring of the stock of highway structures;
2) Maintaining and updating the City of London’s web-based bridge database (using Bridgestation) and log of outstanding maintenance works;
3) Development of revenue maintenance programmes and budget estimating;
4) Implementation of the annual revenue maintenance programmes, which include scheme development/design, preparation of tender documents and/or work schedules, tender evaluation, site supervision and account certification.
Additional provisional services to be provided shall include the following:
5) Inspection of bridges/structures in the City’s Open Spaces;
6) Principal designer duties in relation to the Construction (Design and Management) Regulations 2015;
7) Structural load assessments and investigations;
8) Project evaluation, feasibility and option studies of capital projects;
9) Assist in the development of the City of London’s asset management plan for highway structures;
10) ‘Ad hoc’ structural engineering consultancy services/advice, where required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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: 5
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/08/2019
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
July 2026.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore 1 800 000 GBP.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
25/07/2019