Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
https://www.thameswater.co.uk/
Buyer's address
www.thameswater.co.uk/procurement
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.
• Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in Geotechnical Risk Assessment and preparation of required reports for project implementation.
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 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.
• Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in Geotechnical Risk Assessment and preparation of required reports for project implementation.
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-024935
Section five. Award of contract
Contract No
FA1653
Title
Geotechnical Engineering Advisory & Consultancy Service
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
PLEASE NOTE THIS IS NOTIFICATION OF A DISCONTINUED PROCEDURE AND NOT AN OPPORTUNITY TO APPLY
The contract notice published on 06 October 2021 stipulated that we would award a Framework Agreement with a single operator - this project should have been advertised as a Framework agreement with multiple operators.
Therefore this opportunity has been cancelled and will re re-advertised in 2022.
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).