Notice Information
Notice Title
Geotechnical Engineering Advisory & Consultancy Service
Notice 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.
Lot Information
Lot 1
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. 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.
Options: Initially for three years and potential to extend annually up to maximum eight years subjected to satisfactory performance.
Renewal: Initially for three years and potential to extend annually up to maximum eight years subjected to satisfactory performance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e8d5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032391-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71332000 - Geotechnical engineering services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- £750,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Dec 20214 years ago
- Submission Deadline
- 28 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Thames Water
- Contact Email
- procurement.support.centre@thameswater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 8DB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-02e8d5-2021-12-29T12:53:19Z",
"date": "2021-12-29T12:53:19Z",
"ocid": "ocds-h6vhtk-02e8d5",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "FA1653",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Geotechnical Engineering Advisory & Consultancy Service",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 750000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. 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.",
"value": {
"amount": 750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Initially for three years and potential to extend annually up to maximum eight years subjected to satisfactory performance."
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Candidates who score highest marks in the pre-qualification assessment scoring."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Initially for three years and potential to extend annually up to maximum eight years subjected to satisfactory performance."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in section VI.3 & PQQ."
},
"submissionTerms": {
"depositsGuarantees": "Bonds and/or Parent Company Guarantees of performance and financial standing may be required.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"contractTerms": {
"financialTerms": "Specified in Invitation to Negotiate Document.",
"tendererLegalForm": "Consortia may be required to form a legal entity prior to award.",
"performanceTerms": "KPIS",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2021-10-28T10:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "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).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "Please note the text below should have been included in the scope of this project: Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in Geotechnical Risk Assessment and preparation of required reports for project implementation."
},
"where": {
"section": "II.1.4",
"label": "Short Description"
}
},
{
"newValue": {
"text": "Please note the text below should have been included in the scope of this project Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in Geotechnical Risk Assessment and preparation of required reports for project implementation."
},
"where": {
"section": "II.2.4",
"label": "Description of the Procurement"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-4845",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED"
},
"address": {
"locality": "Reading",
"region": "UKJ",
"postalCode": "RG18DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk",
"url": "http://www.thameswater.co.uk/procurement"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.thameswater.co.uk/procurement",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-3199",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-12073",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED"
},
"address": {
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 8DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thameswater.co.uk/",
"buyerProfile": "http://www.thameswater.co.uk/procurement",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-12073",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en",
"awards": [
{
"id": "032391-2021-FA1653-1",
"relatedLots": [
"1"
],
"title": "Geotechnical Engineering Advisory & Consultancy Service",
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}