Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
www.thameswater.co.uk/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.thameswater.co.uk/procurement
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Geotechnical Engineering Advisory & Consultancy Service
Reference number
FA1653
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 all existing Thames Water tunnels ( both bolted and unbolted construction) .
The technical support will also include but may not necessarily be limited to statutory inspection of reservoirs and tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. In some instances , there may need to be expert witness services provided if any detriment caused to existing sub surface assets is deemed to have been caused by a third-party activity.
Overall, the service will involve providing robust engineering geotechnical assurance to the Business in particular in the implementation of Capital Delivery projects , Developer Services projects and the Periodic Regulatory Inspections of tunnels and reservoirs to ensure Thames Water (TWUL) from fully comply with Statutory Obligations and preserve the integrity and serviceability of its assets in the interests of its stakeholder.
The scopes of services provided are:
• Inspection of Thames Water Critical Assets such as tunnels and
reservoirs and recommending urgent 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 investigation 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.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of the 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 all existing Thames Water tunnels ( both bolted and unbolted construction) .
The technical support will also include but may not necessarily be limited to statutory inspection of reservoirs and tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. In some instances , there may need to be expert witness services provided if any detriment caused to existing sub surface assets is deemed to have been caused by a third-party activity.
Overall, the service will involve providing robust engineering geotechnical assurance to the Business in particular in the implementation of Capital Delivery projects , Developer Services projects and the Periodic Regulatory Inspections of tunnels and reservoirs to ensure Thames Water (TWUL) from fully comply with Statutory Obligations and preserve the integrity and serviceability of its assets in the interests of its stakeholder.
The scopes of services provided are:
• Inspection of Thames Water Critical Assets such as tunnels and
reservoirs and recommending urgent 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 investigation 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.
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: £750,000
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 three years and potential to extend
annually up to maximum eight years subjected to satisfactory performance.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Candidates who score highest marks in the pre-qualification assessment scoring.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initially for three years and potential to extend
annually up to maximum eight years subjected to satisfactory performance.
two.2.14) Additional information
All suppliers who wish to respond to this contract 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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 & 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
Specified in Invitation to Negotiate Document.
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 award.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
KPIS
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 a single operator
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 October 2021
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 contract 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 Limited
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 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).