Tender

Geotechnical Engineering Advisory and Consultancy Services

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-006182

Procurement identifier (OCID): ocds-h6vhtk-031ebf

Published 7 March 2022, 3:24pm



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.thameswater.co.uk/

Buyer's address

www.thameswater.co.uk/procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Geotechnical Engineering Advisory and Consultancy Services

Reference number

FA1727

two.1.2) Main CPV code

  • 71332000 - Geotechnical engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

Thames Water require highly specialised technical support in the Geotechnical Engineering discipline concerning impacts to our critical trunk sewers, water transfer tunnels and strategic water mains from the impact of third-party construction activities.

Also, expert geotechnical advice and support regarding the analyses of ground movements caused by third-party subsurface construction activity, review of third-party tunnel analyses and design and effect of construction work on structural integrity all existing Thames Water tunnels (both bolted and unbolted construction) .

The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required.

Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects.

The scopes of services provided are:

• Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending remedial action and preparation of the survey guidance procedures currently used across the network.

• Review of complex geotechnical design proposals from developers, national infrastructure, and transport authorities on existing Thames Water assets.

• Carrying out research and investigations programme to identify the causal mechanisms of potential critical assert such as tunnel failures (predictive failures)

• Providing advice to TWUL Reservoir Safety and Asset Condition Manager after review of developer's proposals for works in the vicinity of tunnels, including risk mitigation measures

• Reviewing and reporting on impacts to strategic sewers particularly those under surcharge risk which is now present in most areas of London (e.g., the recent failure of Low-Level No. 1 at Battersea).

• Assisting TWUL during negotiations with Developers (Clients, Architects, Engineers and Contractors.) on complex projects and where appropriate advice on essential risk mitigation works.

• Providing dispute avoidance advisory services to avert possible legal challenges by Developers and External Parties.

•Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in geotechnical Risk Assessment and preparation of required reports for project implementation.

two.1.5) Estimated total value

Value excluding VAT: £1,035,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71318000 - Advisory and consultative engineering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Whole of Thames Water region

two.2.4) Description of the procurement

Thames Water require highly specialised technical support in the Geotechnical Engineering discipline concerning impacts to our critical trunk sewers, water transfer tunnels and strategic water mains from the impact of third-party construction activities.

Also, expert geotechnical advice and support regarding the analyses of ground movements caused by third-party subsurface construction activity, review of third-party tunnel analyses and design and effect of construction work on structural integrity all existing Thames Water tunnels (both bolted and unbolted construction) .

The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required.

Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects.

The scopes of services provided are:

• Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending remedial action and preparation of the survey guidance procedures currently used across the network.

• Review of complex geotechnical design proposals from developers, national infrastructure, and transport authorities on existing Thames Water assets.

• Carrying out research and investigations programme to identify the causal mechanisms of potential critical assert such as tunnel failures (predictive failures)

• Providing advice to TWUL Reservoir Safety and Asset Condition Manager after review of developer's proposals for works in the vicinity of tunnels, including risk mitigation measures

• Reviewing and reporting on impacts to strategic sewers particularly those under surcharge risk which is now present in most areas of London (e.g., the recent failure of Low-Level No. 1 at Battersea).

• Assisting TWUL during negotiations with Developers (Clients, Architects, Engineers and Contractors.) on complex projects and where appropriate advice on essential risk mitigation works.

• Providing dispute avoidance advisory services to avert possible legal challenges by Developers and External Parties.

•Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in geotechnical Risk Assessment and preparation of required reports for project implementation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,035,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Initially for a period of three years and subjected to satisfactory performance may be extended annually up to a maximum of 8 years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be an initial period of 3 years , with the option to extend annually, and subjected to satisfactory performance may up to maximum of 8 years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the PQQ

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in section VI.3 and PQQ

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As detailed in the ITN.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Consortia may be required to form a legal entity prior to any award.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 3 & 8 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities

Reading

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into." The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to act in the High Court (England, Wales, and Northern Ireland).