Tender

PROFESSIONAL SERVICES and GROUND INVESTIGATION CONTRACT 2023-2031

  • Canal & River Trust

F05: Contract notice – utilities

Notice identifier: 2022/S 000-018526

Procurement identifier (OCID): ocds-h6vhtk-034f06

Published 6 July 2022, 4:04pm



Section one: Contracting entity

one.1) Name and addresses

Canal & River Trust

500 Elder Gate

MILTON KEYNES

MK91BB

Contact

Emma Taylor

Email

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

https://canalrivertrust.org.uk/business-and-trade/procurement/professional-services-and-ground-investigation-contract-2023-2031

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://canalrivertrust.org.uk/business-and-trade/procurement/professional-services-and-ground-investigation-contract-2023-2031

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