Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Management and Inspection of Thames Bridges and Highway Structures

  • First published: 29 July 2019
  • Last modified: 29 July 2019
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
City of London Corporation
Authority ID:
AA20640
Publication date:
29 July 2019
Deadline date:
28 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71631450 Bridge-inspection services Technical inspection services
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services

Delivery locations

ID Description
100 UK - 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:
Georgia.Lawrence@cityoflondon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.