Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
James.Carter@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Geotechnical Engineer Services
Reference number
itt_COL_15189
two.1.2) Main CPV code
- 71332000 - Geotechnical engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation proposes to relocate three wholesale markets to co-locate the existing operations at Smithfield (meat and poultry), New Spitalfields(fruit and vegetables) and Billingsgate (fish) markets, collectively referred to as the City Markets, to a single site. The proposed location of the consolidated market is the site of the former Barking Reach Power Station (the Site) at Dagenham Dock, in the London Borough of Barking & Dagenham (LBBD).
The Geotechnical engineer is to be appointed for the duration of the development,including the potential to provide services to the main contractor under a novation agreement.
In February – July 2021 alternative foundation options, including the extent of re use of the existing Barking Reach Power station substructure were investigated.Following soft market testing with general contractors the report concluded where there were existing foundations these could be taken as ‘existing ground conditions’to support a ground bearing slab for the new wholesale market buildings and new piles would be inserted for the proposed frame.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £232,858
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The objectives of this appointment include:
• To develop previous engineering strategies and develop geotechnical designs,particularly surcharging and to coordinate with the developing conceptual and superstructure design.
• To design and specify a testing, monitoring and surcharging phase for ground improvement (18 months) taking into consideration the materials management and the need for amending the current Environmental Impact Assessment.
• Attend design workshops on building, car parking and yard engineering performances and tolerances and lead below ground geotechnical design to derive optimum balance of safety, programme, cost, risk and sustainable design minimizing embodied carbon
• Assist review of imported soils and monitor testing results.
• Following testing provide a spatially coordinated foundation design to Eurocode 7
• Minimise settlement risk
• To provide design warranty to the geo technical design such that it can be relied upon by the main contractor and incorporated into the building warranty
• Support the design team in the monitoring of new and existing infrastructure on, under or adjacent to the site
• Support the development of designs for permanent earthworks including pavement subgrade assessment for pavement design
• Support trials (if required) for surcharging phase for ground improvement
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Quality criterion - Name: Commercial / Weighting: 50
Price - Weighting: 50
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-028526
Section five. Award of contract
Contract No
1
Title
Geotechnical Engineer Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 March 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wentworth House Partnership
St. Andrew’s House, Portsmouth Road
Esher
KT10 9TA
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
03673466
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £350,000
Total value of the contract/lot: £232,858
Section six. Complementary information
six.3) Additional information
The contract duration is expected to be for a period of 88 months.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom