Notice Information
Notice Title
PROFFESSIONAL SERVICES & GROUND INVESTIGATION CONTRACT 2023-2031
Notice Description
This contract is the Professional Service Contract (PSC) and the Ground Investigation Contract (GI). The PSC and the GI Contract will be offered as two National Lots. More than one contractor may be appointed for each of the PSC and GI Lots. PSC will cover all types of Civil Engineering, Environmental, Heritage, Business Process Advice & Design, Strategy & Resilience Consultancy Services. The expected turnover will be approximately PS3 - PS4 million per annum for PSC and approximately PS1.5 - PS2 million per annum for GI. The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
Lot Information
Professional Service Contract (PSC)
The Professional Services Contract will include, but not exclusively the following scope of works; 1. Civil Engineering; includes canal channel engineering 2. Bridge and structural engineering 3. Geotechnical engineering 4. Reservoir engineering 5. Principal Designer 6. Asset Management 7. Mechanical and Electrical Engineering and SCADA 8. Hydrology & hydraulic engineering 9. Environmental Services, including ecology, water quality management, land quality management, waste management 10. Heritage and archaeological support to the above 11. Project & Contract management, Cost Intelligence & Commercial Support 12. Business Process Advice and Design 13. Business Asset Studies, Strategy and Resilience 14. H&S and CDM Support
Options: The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
Renewal: The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
Ground Investigation Contract (GI)The Ground Investigation Contract will include, but not exclusively, the following scope of works; 1. Non-intrusive investigation: GPR, gravity, resistivity, EM, and seismic surveys, including down hole geophysics 2. Intrusive Investigation: Hand & machine dug trial pits, dynamic probing, dynamic sampling, cable percussion, rotary and sonic drilling, CPT, brickwork and masonry coring, and downhole CCTV 3. In-situ Testing: Plate Load and CBR Tests 4. Monitoring: Reading data from piezometers, inclinometers and extensometers 5. Laboratory Testing: Management of geotechnical and geoenvironmental samples from site to delivery at the lab, liaison with lab during the testing process 6. Reporting: Production of Ground Investigation Reports (GIRs)
Options: The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
Renewal: The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034f06
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018652-2024
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45111250 - Ground investigation work
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71631460 - Dam-inspection services
72221000 - Business analysis consultancy services
72242000 - Design-modelling services
79400000 - Business and management consultancy and related services
90710000 - Environmental management
90731000 - Services related to air pollution
90733000 - Services related to water pollution
Notice Value(s)
- Tender Value
- £48,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jun 20241 years ago
- Submission Deadline
- 5 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Apr 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CANAL & RIVER TRUST
- Contact Name
- Emma Taylor
- Contact Email
- emma.taylor@canalrivertrust.org.uk
- Contact Phone
- +44 7484913124
Buyer Location
- Locality
- MILTON KEYNES
- Postcode
- MK9 1BB
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ12 Milton Keynes
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales
-
- Local Authority
- Milton Keynes
- Electoral Ward
- Central Milton Keynes
- Westminster Constituency
- Milton Keynes 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-034f06-2024-06-17T15:50:14+01:00",
"date": "2024-06-17T15:50:14+01:00",
"ocid": "ocds-h6vhtk-034f06",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-034f06",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "PROFFESSIONAL SERVICES & GROUND INVESTIGATION CONTRACT 2023-2031",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
"mainProcurementCategory": "services",
"description": "This contract is the Professional Service Contract (PSC) and the Ground Investigation Contract (GI). The PSC and the GI Contract will be offered as two National Lots. More than one contractor may be appointed for each of the PSC and GI Lots. PSC will cover all types of Civil Engineering, Environmental, Heritage, Business Process Advice & Design, Strategy & Resilience Consultancy Services. The expected turnover will be approximately PS3 - PS4 million per annum for PSC and approximately PS1.5 - PS2 million per annum for GI. The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined.",
"value": {
"amount": 48000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Professional Service Contract (PSC)",
"description": "The Professional Services Contract will include, but not exclusively the following scope of works; 1. Civil Engineering; includes canal channel engineering 2. Bridge and structural engineering 3. Geotechnical engineering 4. Reservoir engineering 5. Principal Designer 6. Asset Management 7. Mechanical and Electrical Engineering and SCADA 8. Hydrology & hydraulic engineering 9. Environmental Services, including ecology, water quality management, land quality management, waste management 10. Heritage and archaeological support to the above 11. Project & Contract management, Cost Intelligence & Commercial Support 12. Business Process Advice and Design 13. Business Asset Studies, Strategy and Resilience 14. H&S and CDM Support",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
},
"options": {
"description": "The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined."
}
},
{
"id": "2",
"title": "Ground Investigation Contract (GI)",
"description": "The Ground Investigation Contract will include, but not exclusively, the following scope of works; 1. Non-intrusive investigation: GPR, gravity, resistivity, EM, and seismic surveys, including down hole geophysics 2. Intrusive Investigation: Hand & machine dug trial pits, dynamic probing, dynamic sampling, cable percussion, rotary and sonic drilling, CPT, brickwork and masonry coring, and downhole CCTV 3. In-situ Testing: Plate Load and CBR Tests 4. Monitoring: Reading data from piezometers, inclinometers and extensometers 5. Laboratory Testing: Management of geotechnical and geoenvironmental samples from site to delivery at the lab, liaison with lab during the testing process 6. Reporting: Production of Ground Investigation Reports (GIRs)",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
},
"options": {
"description": "The Framework Contracts are to be awarded for a period of up to 8 years, with an initial term of 4 years followed by extension options of a further 4 years in increments to be determined."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
{
"scheme": "CPV",
"id": "72242000",
"description": "Design-modelling services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "90731000",
"description": "Services related to air pollution"
},
{
"scheme": "CPV",
"id": "90733000",
"description": "Services related to water pollution"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111250",
"description": "Ground investigation work"
},
{
"scheme": "CPV",
"id": "71631460",
"description": "Dam-inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKL"
}
],
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://canalrivertrust.org.uk/business-and-trade/procurement/professional-services-and-ground-investigation-contract-2023-2031",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "For the PSC Lot 1 - Interested Consultants must be able to provide ALL the services listed in the scope.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Applicants will be required to have a company turnover of PS30m or greater to be considered for the PSC Lot. There is no minimum turnover requirement for the GI Lot. The estimated annual contract value should not exceed 70% of an Applicants annual turnover. (Applicants who form joint ventures or who are part of a Group of companies will be assessed at the combined joint venture or group turnover level.)",
"minimum": "Applicants will be required to have a company turnover of PS30m or greater to be considered for the PSC Lot. The estimated annual contract value should not exceed 70% of an Applicants annual turnover.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2022-08-05"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"description": "Applicants will be required to have a company turnover of PS8m or greater to be considered for the PSC Lot 1. This has been reduced from the original notice which stated a minimum of PS30m turnover was required."
}
]
},
"parties": [
{
"id": "GB-FTS-20236",
"name": "Canal & River Trust",
"identifier": {
"legalName": "Canal & River Trust",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "500 Elder Gate",
"locality": "MILTON KEYNES",
"region": "UKJ12",
"postalCode": "MK91BB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Emma Taylor",
"telephone": "+44 7484913124",
"email": "emma.taylor@canalrivertrust.org.uk",
"url": "https://canalrivertrust.org.uk/business-and-trade/procurement/professional-services-and-ground-investigation-contract-2023-2031"
},
"roles": [
"buyer"
],
"details": {
"url": "https://canalrivertrust.org.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"description": "Canal and Rivers"
}
]
}
},
{
"id": "GB-FTS-57843",
"name": "Canal and River Trust",
"identifier": {
"legalName": "Canal and River Trust"
},
"address": {
"locality": "Cheshire",
"postalCode": "CH65 4FW",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-1146792",
"name": "Canal & River Trust",
"identifier": {
"legalName": "Canal & River Trust",
"id": "1146792",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "500 Elder Gate",
"locality": "MILTON KEYNES",
"region": "UKJ12",
"postalCode": "MK91BB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Emma Taylor",
"email": "emma.taylor@canalrivertrust.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://canalrivertrust.org.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"description": "Canal & Rivers"
}
]
}
},
{
"id": "GB-COH-02212959",
"name": "Arcadis Consulting (UK) Limited",
"identifier": {
"legalName": "Arcadis Consulting (UK) Limited",
"id": "02212959",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-1777946",
"name": "Pell Frischmann Consultants Ltd",
"identifier": {
"legalName": "Pell Frischmann Consultants Ltd",
"id": "1777946",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-01188070",
"name": "Stantec UK Limited",
"identifier": {
"legalName": "Stantec UK Limited",
"id": "01188070",
"scheme": "GB-COH"
},
"address": {
"locality": "Buckinghamshire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-05607007",
"name": "Arcadis (UK) Limited",
"identifier": {
"legalName": "Arcadis (UK) Limited",
"id": "05607007",
"scheme": "GB-COH"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-00700739",
"name": "Geotechnical Engineering Limited",
"identifier": {
"legalName": "Geotechnical Engineering Limited",
"id": "00700739",
"scheme": "GB-COH"
},
"address": {
"locality": "Gloucestershire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-03761340",
"name": "RSK Environment Ltd",
"identifier": {
"legalName": "RSK Environment Ltd",
"id": "03761340",
"scheme": "GB-COH"
},
"address": {
"locality": "Cheshire",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-1531",
"name": "n/a",
"identifier": {
"legalName": "n/a"
},
"address": {
"locality": "n/a",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-1146792",
"name": "Canal & River Trust"
},
"language": "en",
"awards": [
{
"id": "018652-2024-1",
"relatedLots": [
"1"
],
"title": "Professional Service Contract (PSC)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-02212959",
"name": "Arcadis Consulting (UK) Limited"
}
]
},
{
"id": "018652-2024-2",
"relatedLots": [
"1"
],
"title": "Professional Service Contract (PSC)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-1777946",
"name": "Pell Frischmann Consultants Ltd"
}
]
},
{
"id": "018652-2024-3",
"relatedLots": [
"1"
],
"title": "Professional Service Contract (PSC)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-01188070",
"name": "Stantec UK Limited"
}
]
},
{
"id": "018652-2024-4",
"relatedLots": [
"2"
],
"title": "Ground Investigation Contract (GI)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-05607007",
"name": "Arcadis (UK) Limited"
}
]
},
{
"id": "018652-2024-5",
"relatedLots": [
"2"
],
"title": "Ground Investigation Contract (GI)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00700739",
"name": "Geotechnical Engineering Limited"
}
]
},
{
"id": "018652-2024-6",
"relatedLots": [
"2"
],
"title": "Ground Investigation Contract (GI)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-03761340",
"name": "RSK Environment Ltd"
}
]
}
],
"contracts": [
{
"id": "018652-2024-1",
"awardID": "018652-2024-1",
"title": "Professional Service Contract (PSC)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
},
{
"id": "018652-2024-2",
"awardID": "018652-2024-2",
"title": "Professional Service Contract (PSC)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
},
{
"id": "018652-2024-3",
"awardID": "018652-2024-3",
"title": "Professional Service Contract (PSC)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
},
{
"id": "018652-2024-4",
"awardID": "018652-2024-4",
"title": "Ground Investigation Contract (GI)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
},
{
"id": "018652-2024-5",
"awardID": "018652-2024-5",
"title": "Ground Investigation Contract (GI)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
},
{
"id": "018652-2024-6",
"awardID": "018652-2024-6",
"title": "Ground Investigation Contract (GI)",
"status": "active",
"dateSigned": "2024-04-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 14
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 14
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 14
},
{
"id": "4",
"measure": "bids",
"relatedLot": "2",
"value": 14
},
{
"id": "5",
"measure": "bids",
"relatedLot": "2",
"value": 14
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 14
}
]
}
}