2. Welcome
Introductions
• Jackie Roe - Delivery Manager East
• Roger Bailey - Head of Asset Delivery
• Jonathan Ferry - Programme Procurement Manager
• Jim Gear - Procurement Leader
• Nigel Valvona - HSSE Manager
• Mark Lythaby - Programme Supply Chain Manager
3. Agenda
09.00 – Registration & Coffee
09.15 – MC Introduction/Welcome +
HEALTH & SAFETY MOMENT
Jackie Roe, Delivery Manager East
09.20 – Project overview
Jackie Roe, Delivery Manager East
09.45 – Introduction to Thames Tideway
CAT 1 Procurement Programme
Jonathan Ferry, Programme
Procurement Manager
10.00 – Security Procurement Strategy,
Programme and Expectations
Jim Gear, Procurement Leader
10.30 – Security scope overview and
strategy
Nigel Valvona, HSSE Manager
11.00 – Next Steps & Key Messages
Jim Gear, Procurement Leader
11.05 – Client Project Overview
Roger Bailey, Head of Asset Delivery
11.15 – Q&A + Tea/Coffee and Networking
12.00 – CLOSE
4. Thames Tideway Health and Safety Moment
STORING GLOVES IN YOUR HARD HAT
Recently an employee of a major contractor developed
a severe skin infection on his head, called cellulitis. The
most likely cause was storing dirty/soiled gloves within the
individual’s hard hat.
Causes and Risk Factors of Cellulitis
Healthy skin is an effective barrier which stops bacteria from
entering and growing inside the body. However, when there
is a break in the skin (regardless of how small), bacteria can
easily enter the body and grow, causing a bacterial skin
infection and skin inflammation. The infected skin area
becomes red, hot, irritated & painful.
Work gloves are designed to protect the hands from injury and contaminants. When placed in a
hard hat, cross contamination of dirty gloves to the hard hat, then onto the persons head could
cause infection.
In this case, the hard hats forehead “sweat” band was very dirty from the gloves and general
sweat. This would increase the risk of infection in any hard hat. Although a “convenient” storage
area, your hard hat is not designed for this and should not be used to store dirty gloves.
5. Thames Tideway Health and Safety Moment
Actions Required
Check the condition of your gloves. If they are heavily
soiled or contaminated: clean or replace them (bin the
contaminated ones so no-one else uses them).
Check your skin for cuts and abrasions regularly
Cover any cuts and abrasions with a suitable plaster or
appropriate dressing
Check your PPE regularly! Look at the condition of your
hard hat. Get a new one if necessary (you can also just
replace the head band)
Store clean gloves in your PPE bags. Do not store dirty or
soiled gloves inside your head protection
9. Victorian network
• Still in excellent
condition. The
backbone of our
capital’s sewerage
system
• The sewerage
system lacks
the capacity to
meet the needs
of modern day
London
13. The need for the Thames Tideway Tunnel
Key to tackling 39 million cubic
metres of sewage discharged to
tidal River Thames in a typical
year. As little as 2mm of rain can
now trigger a discharge
Environmental - sewage stays
in the river for weeks, affecting
dissolved oxygen levels and
habitats
Human - discharges is a
potential hazard to all river users
Legal - potential fines, if UK does
not comply with Urban Waste
Water Treatment Directive
(UWWTD)
14. London Tideway Improvements - Thames Tideway Strategic Study
Two problems:
• Overloaded sewage treatment
works; discharging directly into the
river after heavy rainfall
• Overloaded sewer network;
discharging into the river via CSOs
Three solutions:
16. CITY OF WESTMINSTER
KENSINGTON
AND CHELSEA
CITY OF LONDON
TOWER HAMLETS
NEWHAM
GREENWICH
LEWISHAM
LAMBETH
SOUTHWARK
EALING
HAMMERSMITH
AND FULHAM
WANDSWORTH
HOUNSLOW
4
9
Beckton Sewage
Treatment Works
RICHMOND
UPON
THAMES
Abbey Mills
Pumping Station
The Limehouse Cut
Lee Tunnel
Chambers Wharf
Earl Pumping Station
Deptford Church Street
Greenwich Pumping Station
King Edward Memorial Park Foreshore
Bekesbourne Street
Abbey Mills Pumping Station
Beckton Sewage Treatment Works
Cremorne Wharf Depot
Chelsea Embankment Foreshore
Kirtling Street
Heathwall Pumping Station
Albert Embankment Foreshore
Victoria Embankment Foreshore
Blackfriars Bridge Foreshore
Shad Thames Pumping Station
Acton Storm Tanks
Hammersmith Pumping Station
Barn Elms
Putney Embankment Foreshore
Dormay Street
King George’s Park
Carnwath Road Riverside
Falconbrook Pumping Station
2
6
5
7 15
17
22
18
19
20
23
12
13
9
113
4
8
9
12
13
14
1
10
16
21
24 Proposed drive direction
Main tunnel drive site
Main tunnel
Site types
CSO site
Short connection tunnel drive site
Long connection tunnel drive site
Main tunnel reception site
Connection tunnels
Lee Tunnel (under construction)
System modifications
18
19
20
3
5
6
11
15
17
21
7
23
16
22
24
14
13
12
10
8
9
4
2
1
Frogmore
connection
tunnel
Greenwich
connection
tunnel
Thames Tideway Tunnel proposed route and sites
17. Tunnel dimensions
• Length: 25 kilometres
• Depth: The tunnel needs to fall
one metre every 790 metres so it
can be self-cleansing
• Starting from around 30 metres,
it will finish at 67 metres deep at
Abbey Mills Pumping Station
• Width: 7.2 metres internal
diameter
• Capacity: 1.5 million cubic metres
(including Lee Tunnel)
18. Cost
Estimated capital cost of the project: £4.2bn
(in 2011 prices)
Central range for an average maximum
annual customer bill impact of between
£70-80 per year (in 2011 prices)
Thames Water’s bills, which have for many
years been among the lowest in the country,
would rise to around the national average
19. Government policy support
Thames Tideway Tunnel named as one of the
UK’s top 40 priority infrastructure investments in
National Infrastructure Plan, 29 November 2011
“... the national need for this infrastructure has
been demonstrated…... it has been concluded
that it is the only option to address the problem
of discharging unacceptable levels of untreated
sewage into the River Thames... ”
Wastewater National Policy Statement,
designated on 26 March 2012
Thames Tideway Tunnel confirmed as an NSIP –
Nationally Significant Infrastructure Project – in
June 2012
20. The project’s legacy is not just a cleaner river
Key for London’s global reputation
and economic well being
Underpinning wider economic growth;
housing, labour markets
Creation of over 9,000 jobs (direct and
indirect). 19,000 employment years
Building on the experience of the
Olympics and Crossrail
Education and community investment
Training a new generation of
engineers
21. Main works update –
East, West Central Tunnelling
Contractors
Jonathan Ferry -
Programme Procurement Manager
22. Main works overview
Occupational Health Framework Agreement
LOT 1 West
UP TO £500M
LOT 2 Central
UP TO £950M
FRAMEWORKS SUPPORT
ALL 3 LOTS
LOT 3 East
UP TO £800M
MEICA Framework Agreement
Security Framework Agreement
Packaging:
Bidders can bid on all three lots
Bidders can bid the same teams for all th
Bidders can only win one contract
(except in exceptional circumstances)
Resilience:
Ensured by three package approach
Step-in rights
Contracts:
Three frameworks will support all lots; M
security and occupational health
Contractors will call off from these frame
Contract will be NEC 3 Option C Target P
Contract (as amended)
JEU
Packaging:
• Bidders can bid on all three lots
• Bidders can bid the same teams for
all three lots
• Bidders can only win one contract
(except in exceptional circumstances)
Resilience:
• Ensured by three package approach
• Step-in rights
Contracts:
• Three frameworks will support
all lots; MEICA, security and
occupational health
• Contractors will call off from these
frameworks
• Contract will be NEC 3 Option C
Target Price Contract (as amended)
23. CITY OF WESTMINSTER
KENSINGTON
AND CHELSEA
CITY OF LONDON
TOWER HAMLETS
LEWISHAM
LAMBETH
SOUTHWARK
EALING
HAMMERSMITH
AND FULHAM
WANDSWORTH
HOUNSLOW
4
9RICHMOND
UPON
THAMES
Abbey Mills
Pumping Station
The Limehouse Cut
18
19
20
3
5
6
11
15
17
21
7
23
16
22
14
13
12
10
8
9
4
2
1
Frogmore
connection
tunnel
Greenwich
connection
tunnel
Central
zone
East
zone
West
zone
Thames Tideway Tunnel construction zones
Tier one proposals
24. World class construction companies
West
• Bam Nuttall, Balfour Beatty, Morgan
Sindall JV
• Costain, Vinci, Bachy JV
• Dragados, Samsung JV
• Ferrovial Agroman, Laing O’Rourke JV
Central
• Bam Nuttall, Balfour Beatty, Morgan
Sindall JV
• Costain, Vinci, Bachy JV
• Ferrovial Agroman, Laing O’Rourke JV
• Skanska, Bilfinger, Razel Bec JV
East
• Bam Nuttall, Balfour Beatty, Morgan
Sindall JV
• Costain, Vinci, Bachy JV
• Bechtel, Strabag JV
• Bouygues Travaux Publics
• Hochtief, Murphy JV
25. Key dates for Main works
ITTs for main works published
- West December 2013
- East January 2014
- Central April 2014
Addenda inclusion - security September 2014
Award main works contracts May 2015
Optimised contractor involvement May 2015 (120-day)
Works programmed to start on site Q2 2016
Works programmed to complete 2024
27. Project Goals
The Security Provider will act as a key contributor
to the delivery of transformational Health Safety
practices
The Security Provider will be the initial point of
engagement, or ‘face’, of the Thames Tideway project
The Employer has control over access to all project
sites, as well as the principle contractor having control
over its staff entering its site
To deliver a common and controlled project security
solution
28. Approach
De-risk future IP as much as possible
A consistant approach to security across the project
A single point of contact
Easier communication
Mutual support across sites
Command control and communication is easier to
achieve
IP must have access to services also.
29. Infrastructure provider
Procurement - option 1
West main contractor
Central main
contractor
Eastern main
contractor
Free
issue by
IP
IP contract for project wide security and access controls
30. Procurement - option 2
Infrastructure provider
West main contractor
Security supplier No1
Central main
contractor
Security supplier No2
Eastern main
contractor
Security supplier No3
Subcontracts Subcontracts
31. Procurement - option 3
IP framework for project wide security and access controls
Infrastructure provider
West main contractor
Central main
contractor
Eastern main
contractor
TSC
Subcontracts
TSC
Subcontracts
Call offs from
framework
32. Procurement - option 4
Infrastructure provider
Joint procurement by IP and main contractors
West main contractor
Central main
contractor
Eastern main
contractor
Main contract
award
33. Chosen procurement model - TSC framework
IP framework for project wide security and access controls
Infrastructure provider
West main contractor
Central main
contractor
Eastern main
contractor
TSC
Subcontracts
TSC
Subcontracts
Call offs from
framework
34. What is the contract?
Framework Agreement direct with the IP
NEC TSC Contract
Works Orders – Price List A
Reactive Works – Price List B
Estimated Value £30m - £50m
Contract Duration 8 years
35. How does this work?
Framework Agreement direct with the IP
Tier1 tendering engagement
Call off contracts Executed by each Main Contractor (3 No in total)
Works Orders to issue site by site instructions
Works orders are priced against a price list
Payment is made by the Main Contractors
IP can also call off if required directly as well
Overall Project Management by PMC Contract
Optimised contractor involvement - 120-day period security provider role
36. Main works delivery programme
THAMES TIDEWAY TUNNEL PROJECT
MEICA FRAMEWORK AWARD
SECURITY FRAMEWORK AWARD
PRIME WORKS CONTRACT AWARD
MAIN WORKS EAST CONTRACT 415
CHAMBERS WHARF
KEMP - KING EDWARD MEMORIAL PARK FORESHORE
ABBEY MILLS PUMPING STATION
EARL PUMPING STATION
DEPTFORD CHURCH STREET
GREENWICH PUMPING STATION
CONNECTION TUNNEL (Greenwich to Chambers Wharf)
TUNNEL (Chambers Wharf to Abbey Mills)
MAIN WORKS SECTION COMPLETION (EAST)
MAIN WORKS CENTRAL CONTRACT 410
FALCONBROOK PUMPING STATION
CREMORNE WHARF DEPOT
CHELSEA EMBANKMENT FORESHORE
KIRTLING STREET
HEATHWALL PUMPING STATION
ALBERT EMBANKMENT FORESHORE
VICTORIA EMBANKMENT FORESHORE
BLACKFRIARS BRIDGE FORESHORE
TUNNEL (Kirtling Street to Chambers Wharf)
TUNNEL (Kirtling Street to Carnwath Road Riverside)
MAIN WORKS SECTION COMPLETION (CENTRAL)
MAIN WORKS WEST CONTRACT 405
ACTON STORM TANKS
HAMMERSMITH PUMPING STATION
BARN ELMS
PUTNEY EMBANKMENT FORESHORE
DORMAY STREET
KING GEORGES PARK
CARNWATH ROAD RIVERSIDE
TUNNEL (Carnwath Road Riverside to Acton)
CONNECTION TUNNEL (Frogmore)
MAIN WORKS SECTION COMPLETION (WEST)
SYSTEM COMMISSIONING PERIOD
COMMISSIONING MANAGER
MAINTENANCE MANAGER
MEICA FRAMEWORK OCI
SECURITY FRAMEWORK OCI
Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026
TTT - Contractor's Summary Indicative Programme (for the purpose of ITT only) 100-RP-SCH-00000-000113-AB
Prime Works (PW)
Security
Security OCI
MEICA Window of Access
MEICA OCI
Advance Works (AW)
Tunnelling
Secondary Lining
System Commissioning Period
Commissioning Manager
Maintenance Manager
Awards
Earliest Access Date (PW)
Access Date (PW)
Main Works Section Completion
Earliest Access Date (AW)
Access Date (AW)
Final Key Date / Sectional Completion at Worksite (PW)
System Commissioning Commencement Date
Completion Date of the Whole of the Works
This service is provided by the employer to co-ordinate commissioning activities
from main works contracts award until acceptance of the project by IP. Main works
contractor(s) are fully responsible for planning and programming commissioning in
conjuction with the commissioning manager as set out in the works information
This service is for the provision of optional maintenance
on behalf of the Employer for MEICA maintenance
through the System Acceptance Period
OCI,DesignMobilisation
SystemCommissioning
SystemAcceptanceYear1
SystemAcceptanceYear2
SystemAcceptanceYear3
38. Negotiated process
Negotiated with OJEU Contract Notice
OJEU Contract Notice Electronic
Minimum 30 Days
Submitted Expressions of Interest Shortlist against qualification criteria
(minimum of 4 bidders)
Issue ITT to shortlist
Receive tenders and negotiate (in successive stages if necessary)
to identify best tender by applying the Award Criteria
Award framework allowing for 10 day Standstill Period
Submit OJEU Award Notice within 48 days
39. How does this work?
Issue OJEU Notice
Applicant show expression of interest by registering on
BRAVO
Formally Apply by completing all questions on PQQ
Evaluation by the Contracting Entity
Short List Announced
Feed Back to all as necessary or requested.
Issue of ITT
40. Who can apply?
A single provider framework means one of the following
Any single provider
Any joint venture
A consortium
Or any of the above with specialist subcontractors contracting to the
framework entity
Minimum thresholds
- Turnover threshold for consortium as a whole
(or a single Applicant): £15m p.a
- Turnover threshold for individual member of
consortium: £7.5m p.a
41. Key actions to remember
Consider forming JV if appropriate
Await notification of OJEU contract notice
Register on Bravo eProcurement portal
Download the pre-qualification pack
Complete pre-qualification pack on time
42. Key dates to remember
Expected OJEU / PQQ published 3rd February 2014
PQQ Return 7th March 2014
ITT issued 28th April 2014
ITT closing date 7th June 2014
Standstill (starts) 4th August 2014
Framework Award 29th August 2014
43. What does a good Application look like?
Full and Complete and on time
Within the page limits per
question set and use the full
amount of space
All certificates are in date
If a JV or Consortia the lead
applicant must answer
Answer all parts of the question
if split into sections
Do not assume we know “as we
don’t”
Do not reference previous
answers - questions need to be
self contained
Review and double check
before submission, ensuring all
attachments are uploaded
Answer any questions by us
during evaluation quickly, clearly
and concisely
If unsure or unclear ASK us via
BRAVO. Do not be scared.
Do not be daunted by
the PQP size and volume.
It is there to help and
guide you
44. Lessons Learned
The quality of your PQQ submission is fundamental to
your chance of success; if information is not contained in
the submission, we cannot consider it.
Avoid delegating the submission of a PQQ response
to a junior role. Ensure you employ rigorous internal
governance before submitting your response to avoid
disjointed or sub standard responses.
Do not seek to rely on reputation or market share. Poor
submissions, even from a market leader, will fare badly.
45. Does the strategy work?
We need your feedback on the proposed strategy
We would like you all please to complete a small
questionnaire to assist us in our thinking
Please contact us should you have any questions after
today
Please take a questionnaire and send it to
procurement@tidewaytunnels.co.uk
48. Introduction
What I will cover:
Single security contracting benefits
Project security approach
Worksite designations
Sites of Special Interest
Security operations
Demonstration of the capability of the provided technology
Services to be delivered:
- Manned Guarding
- Access Control
- Turnstiles
- CCTV
- Communications
- Single Project ID card
- Division of responsibilities between Security Contracting Entity and Main Works
Contractor (CAT1)
49. Single Security Provider - Benefits
Single point of contact
Consistent security operational delivery
Unified Command and Control capability
Flexible use of single security provider resources
Cost savings through economies of scale
50. Project Security Approach
To provide appropriate physical and technical security
measures for all Project Worksites to:
Crime prevention
Prevent unauthorised access
Investigate all security incidents in order to identify and
implement appropriate remedial actions
Develop, implement and effectively administer systems
and procedures to consistently protect the security of
assets and staff
51. Worksites
The Project will Operate across all Worksites
All sites will sit within 1 of 3 work packages:
- West
- Central
- East
Some of the Worksites have been given a security
designation based on the security requirements of each:
- Medium 60 %
- Large 40%
- Sites of Special Interest 20% (across all Worksites)
52. Sites of Special Interest
Some sites have been designated as being Sites of Special
Interest. This designation indicates that the site occupies
a location that requires some additional unique security
measures to be employed such as:
Off-site vehicle searching
Additional resource vetting
53. Security Operations
Single Security Provider across all of the Worksites
A single command control and communications
capability 24/7
24/7 manned guarding at all Worksites
CCTV with a single remote monitoring capability as well
as an ability to monitor at each Worksite
Single Project ID card based on biometric comparison
with associated database
54. Demonstration of the Capability of the Provided Technology
The Security provider will demonstrate the following for the
provision of all technology and access control:
The technology must be tried and tested
Demonstrate where it has been used successfully in the
past on similar projects citing project examples of using
the technology themselves
Demonstrate the technology has been used in an
infrastructure or major construction arena
It must not therefore be an unproven technology
55. Services To be Delivered
The Security Provider will deliver the following services:
Manned guarding (all Worksites)
Access control systems (all Worksites)
Turnstiles (all Worksites)
A radio communications system for security operations
CCTV (including installation, adaptations and
modifications, maintenance and remote monitoring)
Production and issue of a single Project ID card
56. Manned Guarding
The Security Provider is required to be an SIA approved contractor
The service will be provided in accordance with relevant, British or
International equivalent standards
24/7 manned guarding presence on all Worksites
All security personnel will hold the required SIA licences
Security Officers will have background screening in accordance with
relevant, British or international equivalent standards
Security Officers will receive a Project Griffin briefing
Security Officers will be issued with uniforms, PPE and equipment by
the Security provider to carry out their jobs.
The Security provider conducts annual Security Officer Motivation
surveys based on the Centre Protection National Infrastructure (CPNI)
questionnaire.
57. Access Control
Vehicle access will be controlled by the use of electrical
or manually operated barriers
Vehicle passes will be issued by the Main Contractor or
the vehicle will be listed on a vehicle delivery schedule
Occasional requirement to search vehicles and drivers in
response to any threat, or as part of a crime prevention
initiative.
58. Access Control
Use will be made of single a biometric Project ID card
based on hand reading geometry across all Worksites
Occasional requirement to search pedestrians in
response to any threat, or as part of a crime prevention
initiative
All visitors to site will be controlled using the Main
Contractors visitor process
59. Turnstiles
Pedestrian Access will be controlled via full height
turnstiles suitable for use in a construction environment
and may be:
Modular
External
Owned or rented
60. CCTV
CCTV will be deployed at all sites in accordance with a
detailed operational requirement
CCTV will be supported by appropriate intruder
detection systems
Any lighting required to support CCTV systems will
need to conform with the Code of Construction Practice
(CoCP) this may require the use of passive infrared (PIR)
All modifications and adaptations as Worksites develop
All CCTV will monitored remotely 24/7 with a capability
of occasional monitoring on a Worksite
61. Communications
The security operation will be coordinated across all of
the Worksites from a single centrally located command
control and communication facility
Communication will be maintained between sites using
a combination of radio and telephone
Radio licences to be obtained by the Security Provider
62. Single Project ID Card
A Project Wide ID card will be used by employees to gain access to all
Worksites
The ID card will only be issued after the employee has undergone the
necessary pre-employment procedures
The ID card will make use of biometric date based on hand reading
geometry technology
As well as the biometric data the ID card will also show:
- A photograph of the ID card holder
- The name of the ID card holder
- The ID card holders employer
The system will be capable of restricting access only to those sites for
which the ID card holder has been authorised by the Main Contractor
to access
63. Biometric
access reader
wifi
capablitity –
Security
Provider
Turnstiles
supply and
installation –
Security
Provider
If a modular system, to
include all electric
cabling, ducts, data
cabling, comms cabling to
point of ‘plug and play’ –
Security Provider
Example only for
demonstration
purposes and does
not necessarily
represent the final
requirement
Mobile Comms –
Security Provider
Fixing, installing and securing
kiosk – Security Provider
Division of Responsibilities - Biometric Access Control System and Turnstiles
64. All cable for power/comms/
(only data ducts and pull wire),
cable containment to point of
‘plug and play’ –
Main Contractor
Perimeter Hoarding –
Main Contractor
Foundation and slab –
Main Contractor
Power Supply –
Main Contractor
Access control man
guarding and his
uniform, PPE and
search equipment –
Security Provider
Division of Responsibilities - Biometric Access Control System and Turnstiles
65. CCTV monitor –
installation and
maintenance,
decommissioning,
adaptations and
modifications –
Security Provider
All fixings: Installation, maintain, decommissioning,
adaptations and modifications – Security Provider
IT, servers, racks and associated data infrastructure and
equipment at all Worksites. Remote CCTV monitoring
facility of all Worksites – Security Provider
Infra red lighting –
Security Provider
Supply, maintain and
decommissioning –
Security Provider
Install –
Main Contractor
Data cable –
Security Provider
Power cable and data
duct and pull wire –
Main Contractor
Foundation
construction –
Main Contractor
Division of Responsibilities - CCTV Intruder System