Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
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).