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.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
Tenders or requests to participate must be submitted to the above-mentioned 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
Geo Technical 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 (the City) invites Tenders for the provision of geo technical engineer services.
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.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
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, carparking 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
The duration of the contract is expected to be at least 66 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract.
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: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 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 stated in the procurement documents
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 2021
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore 64,000 GBP.
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