Section one: Contracting entity
one.1) Name and addresses
Canal & River Trust
500 Elder Gate
MILTON KEYNES
MK91BB
Contact
Emma Taylor
emma.taylor@canalrivertrust.org.uk
Telephone
+44 7484913124
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://canalrivertrust.org.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Other activity
Canal and Rivers
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PROFESSIONAL SERVICES and GROUND INVESTIGATION CONTRACT 2023-2031
Reference number
71310000
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is the Professional Service Contract (PSC) and the Ground Investigation Contract (GI).
The PSC will be offered as a National Lot. More than one contractor may be appointed.
The GI Contract will be offered as a National Lot. More than one contractor may be appointed.
PSC will cover all types of Civil Engineering, Environmental, Heritage, Business Process Advice & Design, Strategy & Resilience Consultancy Services.
The expected turnover will be approximately £3 - £4 million per annum for PSC and approximately £1.5 - £2 million per annum for GI.
The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
two.1.5) Estimated total value
Value excluding VAT: £48,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Professional Service Contract (PSC)
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 72221000 - Business analysis consultancy services
- 72242000 - Design-modelling services
- 79400000 - Business and management consultancy and related services
- 90710000 - Environmental management
- 90731000 - Services related to air pollution
- 90733000 - Services related to water pollution
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
The Professional Services Contract will include, but not exclusively the following scope of works;
1. Civil Engineering; includes canal channel engineering
2. Bridge and structural engineering
3. Geotechnical engineering
4. Reservoir engineering
5. Principal Designer
6. Asset Management
7. Mechanical and Electrical Engineering and SCADA
8. Hydrology & hydraulic engineering
9. Environmental Services, including ecology, water quality management, land quality management, waste management
10. Heritage and archaeological support to the above
11. Project & Contract management, Cost Intelligence & Commercial Support
12. Business Process Advice and Design
13. Business Asset Studies, Strategy and Resilience
14. H&S and CDM Support
Please note: Interested Consultants must be able to provide ALL the services listed in the scope above.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Ground Investigation Contract (GI).
Lot No
2
two.2.2) Additional CPV code(s)
- 45111250 - Ground investigation work
- 71631460 - Dam-inspection services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
The Ground Investigation Contract will include, but not exclusively, the following scope of works;
1. Non-intrusive investigation: GPR, gravity, resistivity, EM, and seismic surveys, including down hole geophysics
2. Intrusive Investigation: Hand & machine dug trial pits, dynamic probing, dynamic sampling, cable percussion, rotary and sonic drilling, CPT, brickwork and masonry coring, and downhole CCTV
3. In-situ Testing: Plate Load and CBR Tests
4. Monitoring: Reading data from piezometers, inclinometers and extensometers
5. Laboratory Testing: Management of geotechnical and geoenvironmental samples from site to delivery at the lab, liaison with lab during the testing process
6. Reporting: Production of Ground Investigation Reports (GIRs)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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
For the PSC Lot 1 - Interested Consultants must be able to provide ALL the services listed in the scope.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants will be required to have a company turnover of £30m or greater to be considered for the PSC Lot. There is no minimum turnover requirement for the GI Lot. The estimated annual contract value should not exceed 70% of an Applicants annual turnover. (Applicants who form joint ventures or who are part of a Group of companies will be assessed at the combined joint venture or group turnover level.)
Minimum level(s) of standards possibly required
Applicants will be required to have a company turnover of £30m or greater to be considered for the PSC Lot.
The estimated annual contract value should not exceed 70% of an Applicants annual turnover.
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
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
5 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Canal and River Trust
Cheshire
CH65 4FW
Country
United Kingdom