Award

A46 Coopers Hill & Green Street, Gloucestershire - Ground Investigation

GLOUCESTERSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Award

10 Jun 2024 at 15:16

Summary of the contracting process

The Gloucestershire County Council is seeking a contractor for a ground investigation project at A46 Coopers Hill & Green Street, Gloucestershire. The project involves assessing ongoing slope movement impacting the carriageway and retaining wall. The investigation includes boreholes, inclinometers, and geological testing. The procurement method is an open procedure, with a tender period ending on 29th March 2024. The contract period is scheduled from 1st May to 30th July 2024.

This tender presents an opportunity for businesses in the architectural, construction, engineering, and inspection services industry, particularly those with expertise in ground investigations and geotechnical testing. SMEs are well-suited to compete for this contract, and the works are expected to take place between 7th May and 4th July 2024, requiring two rigs and engineers. Interested parties can contact Gloucestershire County Council for further details.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

A46 Coopers Hill & Green Street, Gloucestershire - Ground Investigation

Notice Description

Gloucestershire County Council alongside their contractor AtkinsRealis require a contractor to undertake a ground investigation to assess ongoing slope movement of Coopers Hill, which impacts two areas of the A46 carriageway and associated piled retaining wall, located near Brockworth. The damage relates to ongoing regional slope movement that extends above and below the A46 carriageway. A ground investigation is required to characterise the ground conditions under two sites. The investigation will also install monitoring equipment to monitor ongoing ground movements and groundwater levels to identify the failure mechanism. The ground investigation will comprise an intrusive investigation to characterise the ground conditions. Prior to intrusive works, it is imperative that the risk from buried services and overhead cables has been mitigated through, but not limited to, ascertaining the location of the services at the site, by use of cable avoidance equipment, risk assessments and any other means to mitigate potential risks. This will then inform the locations of the intrusive holes. The intrusive activities comprise: Eight (8 No.) boreholes commencing with dynamic sampling followed by rotary coring to between 20-50m bgl, including the following instrumentation; Three (3 No.) inclinometers to monitor ground movements; Four (4 No.) 50mm standpipes to monitor groundwater levels. Geotechnical sampling, in-situ and laboratory testing, and the production of a factual report, with associated AGS file, will be required. Surveying of grid coordinates and ground levels of each of the exploratory holes to Ordnance Survey grid and datum, including the corners of service inspection pits will be required. The works will be organised and managed by the Principal Contractor. The Principal Contractor shall appoint a trained and competent person/organisation to undertake TM design and implementation throughout the works, a detailed TM plan for review shall be issued to the Principal Designer within one week of the preferred Principal Contractor being notified of contract award. One week is required for review, and actions arising from the review will be communicated to the Contractor via the Principal Designer, it is expected that these actions (or agreed alternative action) will form part of the final TM plan. If a detailed TM plan for review has not been provided within one week of the preferred Principal Contractor being notified of contract award, the Client reserves the right to appoint an alternative Principal Contractor. A single lane closure, operated under 2-way traffic signals, to be utilised for the works at the Green Street site and for access and storage for works below the Piled Retaining Wall. The works are planned to take place between 7th May and 4th July 2024. It is anticipated that two rigs (2 No.) will be required to complete the work in the proposed timescale of 4 No. weeks with 2 No. Engineers.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2418db48-1cf0-400f-b58a-dc18246f0e38
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/b3fc3c1a-f630-4078-8174-446becc5449f
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£104,000 £100K-£500K
Lots Value
Not specified
Awards Value
£104,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jun 20241 years ago
Submission Deadline
29 Mar 2024Expired
Future Notice Date
Not specified
Award Date
15 Apr 20241 years ago
Contract Period
30 Apr 2024 - 30 Jul 2024 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLOUCESTERSHIRE COUNTY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLOUCESTER
Postcode
GL1 2TH
Post Town
Gloucester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK73 Gloucestershire CC
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Gloucester
Electoral Ward
Westgate
Westminster Constituency
Gloucester

Supplier Information

Number of Suppliers
1
Supplier Name

GEOTECHNICAL ENGINEERING

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2418db48-1cf0-400f-b58a-dc18246f0e38-2024-06-10T16:16:40+01:00",
    "date": "2024-06-10T16:16:40+01:00",
    "ocid": "ocds-b5fd17-2418db48-1cf0-400f-b58a-dc18246f0e38",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "GLOSCC001-DN710208-91352858",
        "title": "A46 Coopers Hill & Green Street, Gloucestershire - Ground Investigation",
        "description": "Gloucestershire County Council alongside their contractor AtkinsRealis require a contractor to undertake a ground investigation to assess ongoing slope movement of Coopers Hill, which impacts two areas of the A46 carriageway and associated piled retaining wall, located near Brockworth. The damage relates to ongoing regional slope movement that extends above and below the A46 carriageway. A ground investigation is required to characterise the ground conditions under two sites. The investigation will also install monitoring equipment to monitor ongoing ground movements and groundwater levels to identify the failure mechanism. The ground investigation will comprise an intrusive investigation to characterise the ground conditions. Prior to intrusive works, it is imperative that the risk from buried services and overhead cables has been mitigated through, but not limited to, ascertaining the location of the services at the site, by use of cable avoidance equipment, risk assessments and any other means to mitigate potential risks. This will then inform the locations of the intrusive holes. The intrusive activities comprise: Eight (8 No.) boreholes commencing with dynamic sampling followed by rotary coring to between 20-50m bgl, including the following instrumentation; Three (3 No.) inclinometers to monitor ground movements; Four (4 No.) 50mm standpipes to monitor groundwater levels. Geotechnical sampling, in-situ and laboratory testing, and the production of a factual report, with associated AGS file, will be required. Surveying of grid coordinates and ground levels of each of the exploratory holes to Ordnance Survey grid and datum, including the corners of service inspection pits will be required. The works will be organised and managed by the Principal Contractor. The Principal Contractor shall appoint a trained and competent person/organisation to undertake TM design and implementation throughout the works, a detailed TM plan for review shall be issued to the Principal Designer within one week of the preferred Principal Contractor being notified of contract award. One week is required for review, and actions arising from the review will be communicated to the Contractor via the Principal Designer, it is expected that these actions (or agreed alternative action) will form part of the final TM plan. If a detailed TM plan for review has not been provided within one week of the preferred Principal Contractor being notified of contract award, the Client reserves the right to appoint an alternative Principal Contractor. A single lane closure, operated under 2-way traffic signals, to be utilised for the works at the Green Street site and for access and storage for works below the Piled Retaining Wall. The works are planned to take place between 7th May and 4th July 2024. It is anticipated that two rigs (2 No.) will be required to complete the work in the proposed timescale of 4 No. weeks with 2 No. Engineers.",
        "datePublished": "2024-02-06T15:47:07Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 104000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-03-29T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-05-01T00:00:00+01:00",
            "endDate": "2024-07-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-138752",
            "name": "Gloucestershire County Council",
            "identifier": {
                "legalName": "Gloucestershire County Council"
            },
            "address": {
                "streetAddress": "Shire Hall",
                "locality": "Gloucester",
                "postalCode": "GL1 2TH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mike McGowan",
                "email": "mike.mcgowan@gloucestershire.gov.uk",
                "telephone": "+44 1452328900"
            },
            "details": {
                "url": "https://www.gloucestershire.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-259415",
            "name": "Geotechnical Engineering Ltd",
            "identifier": {
                "legalName": "Geotechnical Engineering Ltd"
            },
            "address": {
                "streetAddress": "GL2 4NF"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-138752",
        "name": "Gloucestershire County Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-2418db48-1cf0-400f-b58a-dc18246f0e38-1",
            "status": "active",
            "date": "2024-04-16T00:00:00+01:00",
            "datePublished": "2024-06-10T16:16:40+01:00",
            "value": {
                "amount": 104000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-259415",
                    "name": "Geotechnical Engineering Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-05-01T00:00:00+01:00",
                "endDate": "2024-07-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/b3fc3c1a-f630-4078-8174-446becc5449f",
                    "datePublished": "2024-06-10T16:16:40+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}