Award

Geotechnical Engineering Advisory and Consultancy Services

THAMES WATER UTILITIES LIMITED

This public procurement record has 3 releases in its history.

Award

05 Mar 2024 at 12:34

TenderUpdate

11 Mar 2022 at 13:38

Tender

07 Mar 2022 at 15:24

Summary of the contracting process

The procurement process for Geotechnical Engineering Advisory and Consultancy Services by Thames Water Utilities Limited has been cancelled. This project was on hold due to internal considerations, with a revised specification needed to align with evolving priorities. No timeline has been provided for restarting the procurement process. The main procurement category is services, and the procurement method was a selective negotiated procedure with prior call for competition.

This tender offered highly specialised technical support in Geotechnical Engineering, creating opportunities for businesses experienced in providing geotechnical assurance for critical infrastructure projects. Businesses involved in Capital Delivery projects, Developer Services, or geotechnical risk assessment would be well-suited to compete in this tender. The tender included detailed engineering services for stability assessments and impact analyses. The contract value was £1,035,000, with a potential contract duration of up to 8 years.

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

Geotechnical Engineering Advisory and Consultancy Services

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 existing Thames Water tunnels (both bolted and unbolted construction) . The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required. Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects. The scopes of services provided are: * Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending 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 investigations 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 existing Thames Water tunnels (both bolted and unbolted construction) . The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required. Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects. The scopes of services provided are: * Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending 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 investigations 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.

Options: Any agreement awarded would be an initial period of 3 years , with the option to extend annually, and subjected to satisfactory performance may up to maximum of 8 years.

Renewal: Initially for a period of three years and subjected to satisfactory performance may be extended annually up to a maximum of 8 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-031ebf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007007-2024
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

71318000 - Advisory and consultative engineering services

71332000 - Geotechnical engineering services

Notice Value(s)

Tender Value
£1,035,000 £1M-£10M
Lots Value
£1,035,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Mar 20241 years ago
Submission Deadline
28 Mar 2022Expired
Future Notice Date
Not specified
Award Date
5 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Between 3 & 8 years

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

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
TLH East (England), TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

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-h6vhtk-031ebf-2024-03-05T12:34:57Z",
    "date": "2024-03-05T12:34:57Z",
    "ocid": "ocds-h6vhtk-031ebf",
    "description": "We refer to the above procurement for Geotechnical Engineering Advisory Service at Thames Water. Please note that we have taken the decision not to proceed with this procurement. This project has been \"On Hold\" for several months due to internal considerations. During this period, we have taken the opportunity to thoroughly review our requirements and as a result, we have concluded that a revised specification is necessary to align with our evolving priorities. We will look to restart the procurement process once we have reviewed and agreed new specification, but we cannot give any indication currently of when that might be. We advertise opportunities via the Government's Find A Tender website, so please look out here for anything new that may be of interest: https://www.find-tender.service.gov.uk/ Thank you for your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "FA1727",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Geotechnical Engineering Advisory and Consultancy Services",
        "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 existing Thames Water tunnels (both bolted and unbolted construction) . The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required. Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects. The scopes of services provided are: * Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending 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 investigations 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": 1035000,
            "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 existing Thames Water tunnels (both bolted and unbolted construction) . The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required. Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects. The scopes of services provided are: * Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending 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 investigations 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": 1035000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initially for a period of three years and subjected to satisfactory performance may be extended annually up to a maximum of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "Any agreement awarded would be an initial period of 3 years , with the option to extend annually, and subjected to satisfactory performance may up to maximum of 8 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water region"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.thameswater.co.uk/procurement",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "contractTerms": {
            "financialTerms": "As detailed in the ITN.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to any award.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "secondStage": {
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2022-03-28T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "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 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to act in the High Court (England, Wales, and Northern Ireland).",
        "recurrence": {
            "description": "Between 3 & 8 years"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS1,035,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS2,760,000"
                        },
                        "where": {
                            "section": "II.2.6",
                            "label": "Estimated Value"
                        }
                    }
                ],
                "description": "Value excluding VAT figure of PS2,760,000 is for maximum term of 8 years."
            }
        ]
    },
    "parties": [
        {
            "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",
                "url": "http://www.thameswater.co.uk/procurement"
            },
            "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-17677",
            "name": "Thames Water Utilities",
            "identifier": {
                "legalName": "Thames Water Utilities"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "007007-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}