Tender

Geo Technical Engineer Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2021/S 000-028526

Procurement identifier (OCID): ocds-h6vhtk-02f6dd

Published 15 November 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

James.Carter@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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