Upload
james-gear
View
25
Download
0
Tags:
Embed Size (px)
Citation preview
SecurityMarket engagement2014
Welcome
Introductions
• JackieRoe-DeliveryManagerEast
•RogerBailey-HeadofAssetDelivery
• JonathanFerry-ProgrammeProcurementManager
• JimGear-ProcurementLeader
•NigelValvona-HSSEManager
•MarkLythaby-ProgrammeSupplyChainManager
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
Thames Tideway Health and Safety Moment
STORING GLOVES IN YOUR HARD HATRecentlyanemployeeofamajorcontractordevelopedasevereskininfectiononhishead,calledcellulitis.Themostlikelycausewasstoringdirty/soiledgloveswithintheindividual’shardhat.
Causes and Risk Factors of Cellulitis
Healthyskinisaneffectivebarrierwhichstopsbacteriafromenteringandgrowinginsidethebody.However,whenthereisabreakintheskin(regardlessofhowsmall),bacteriacaneasilyenterthebodyandgrow,causingabacterialskininfectionandskininflammation.Theinfectedskinareabecomesred,hot,irritated&painful.
Workglovesaredesignedtoprotectthehandsfrominjuryandcontaminants.Whenplacedinahardhat,crosscontaminationofdirtyglovestothehardhat,thenontothepersonsheadcouldcauseinfection.
Inthiscase,thehardhatsforehead“sweat”bandwasverydirtyfromtheglovesandgeneralsweat.Thiswouldincreasetheriskofinfectioninanyhardhat.Althougha“convenient”storagearea,yourhardhatisnotdesignedforthisandshouldnotbeusedtostoredirtygloves.
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
Title slideWhy London needs the Thames Tideway Tunnel
The ‘lost rivers’ of London
Bazalgette’s interceptor sewers
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
Combined and separated systems
HammersmithPS
Tidal RiverThames
RiverLee
Frogmore
WestemPS
Lots RoadPS Heathwall
PS
Combined sewer overflow(CSO) - gravity
Combined sewer overflow(CSO) - pumping station
To be directly controlledInfluenced butnot directly controlled
Category 1 Category 2 Category 3 Category 4
Abbey MillsPS
BecktonSTW
CrossnessSTW
4
9
TidewayCSO (new)
Combined sewer overflows (CSOs) in the Tidal Thames
Intercepting the CSOs – a simple view
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)
London Tideway Improvements - Thames Tideway Strategic Study
Two problems:• Overloaded sewage treatment
works;dischargingdirectlyintotheriverafterheavyrainfall
• Overloaded sewer network;dischargingintotheriverviaCSOs
Three solutions:
Title slideProject description
CITY OF WESTMINSTER
KENSINGTONAND CHELSEA
CITY OF LONDON
TOWER HAMLETS
NEWHAM
GREENWICH
LEWISHAM
LAMBETH
SOUTHWARK
EALING
HAMMERSMITHAND FULHAM
WANDSWORTH
HOUNSLOW
4
9
Beckton SewageTreatment Works
RICHMONDUPONTHAMES
Abbey MillsPumping 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 siteShort connection tunnel drive siteLong connection tunnel drive site
Main tunnel reception site
Connection tunnelsLee Tunnel (under construction)
System modifi cations
18
1920
3
5
6
11
15
17
21
7
23
16
22
24
14
13
12
10
8
9
4
2
1
Frogmoreconnectiontunnel
Greenwichconnectiontunnel
Thames Tideway Tunnel proposed route and sites
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)
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
Government policy support
ThamesTidewayTunnelnamedasoneoftheUK’stop40priorityinfrastructureinvestmentsinNational Infrastructure Plan, 29 November 2011
“...thenationalneedforthisinfrastructurehasbeendemonstrated…...ithasbeenconcludedthatitistheonlyoptiontoaddresstheproblemofdischargingunacceptablelevelsofuntreatedsewageintotheRiverThames...”Wastewater National Policy Statement, designated on 26 March 2012
ThamesTidewayTunnelconfirmedasanNSIP–NationallySignificantInfrastructureProject–in June 2012
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
Main works update – East, West & Central Tunnelling Contractors
Jonathan Ferry - Programme Procurement Manager
Main works overview
Occupational Health Framework Agreement
LOT 1 WestUP 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: B idders can bid on all three lots B idders can bid the same teams for all three lots B idders can only win one contract
(except in exceptional circumstances)
Resilience: E nsured by three package approach Step-in rights
Contracts: Three frameworks will support all lots; MEICA,
security and occupational health C ontractors will call off from these frameworks C ontract will be NEC 3 Option C Target Price
Contract (as amended)
JEUPackaging:• Bidders can bid on all three lots
• Bidders can bid the same teams for all three lots
• Bidders can only win one contract(exceptinexceptionalcircumstances)
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 (asamended)
CITY OF WESTMINSTER
KENSINGTONAND CHELSEA
CITY OF LONDON
TOWER HAMLETS
LEWISHAM
LAMBETH
SOUTHWARK
EALING
HAMMERSMITHAND FULHAM
WANDSWORTH
HOUNSLOW
4
9RICHMONDUPONTHAMES
Abbey MillsPumping Station
The Limehouse Cut
18
1920
3
5
6
11
15
17
21
7
23
16
22
14
13
12
10
8
9
4
2
1
Frogmoreconnectiontunnel
Greenwichconnectiontunnel
Centralzone
Eastzone
Westzone
Thames Tideway Tunnel construction zones
Tier one proposals
World class construction companies
West• BamNuttall,BalfourBeatty,Morgan
SindallJV• Costain,Vinci,BachyJV• Dragados,SamsungJV• FerrovialAgroman,LaingO’RourkeJVCentral• BamNuttall,BalfourBeatty,Morgan
SindallJV• Costain,Vinci,BachyJV• FerrovialAgroman,LaingO’RourkeJV• Skanska,Bilfinger,RazelBecJVEast• BamNuttall,BalfourBeatty,Morgan
SindallJV• Costain,Vinci,BachyJV• Bechtel,StrabagJV• BouyguesTravauxPublics• Hochtief,MurphyJV
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
Title slide
Project-wide Goals – Procurement Packaging Strategy
Jim Gear - Procurement Leader
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
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.
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
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
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
Procurement - option 4
Infrastructure provider
Joint procurement by IP and main contractors
West main contractor Central main contractor
Eastern main contractor
Main contract award
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
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
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
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 2026TTT - 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
, Des
ign
& M
obili
satio
n
Syst
em C
omm
issi
onin
g
Syst
em A
ccep
tanc
e Ye
ar 1
Syst
em A
ccep
tanc
e Ye
ar 2
Syst
em A
ccep
tanc
e Ye
ar 3
Title slide
PQQ Process - OJEU
Security and Access Control
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
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
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
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
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
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
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.
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
Title slideQuestions?
Title slide
Scope & Technical Overview
Nigel Valvona - HSSE Manager
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:
-MannedGuarding -AccessControl -Turnstiles -CCTV -Communications -SingleProjectIDcard -DivisionofresponsibilitiesbetweenSecurityContractingEntityandMainWorks Contractor(CAT1)
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
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
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)
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
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
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
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
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.
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.
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
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
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
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
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
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
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
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
Title slideQuestions?
Title slide
Next Steps and Key Messages
Jim Gear - Procurement Leader
Section header
Title slide
Key Client Message
Roger Bailey - Head of Asset Delivery
Section header
Title slideQuestions?
Title slide
Event Close
Open Network & Refreshments