Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Thames Water Utilities Ltd
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: www.thameswater.co.uk
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Geotech Ground Investigation and Factual Reports
Reference number: CP0008 (H006.A.CP.CX.2)
II.1.2) Main CPV code
71332000
II.1.3) Type of contract
Services
II.1.4) Short description
Notification of award the following:
Using Achilles UVDB product codes 4.6.27 Geotechnical Site Investigation Services and 4.99.5 testing and analysis services (Utilities) to derive the list of companies, we are tendering our CP0008 (H006.A.CP.CX.2) Geotech ground investigation and factual reports project.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
UKJ
Main site or place of performance:
Whole of TW Region.
II.2.4) Description of the procurement
We are conducting this procurement process because we want to appoint the most suitable supplier(s) for provision of Geotech ground investigation and factual reports.
This pre-qualification stage is to enable contractors on Achilles Vendor Database (UVDB) to answer questions regarding their previous experience, in order to shortlist a maximum of 10 contractors that would be invited to tender. You will be asked to provide the geotechnical ground investigation and factual report services for the promotion of major project schemes where initial work is associated with Beckton STW [B], Mogden STW [M] and Guildford STW [G] and on ongoing AMP7 capital programme. This is the first document (the second will be issued as ITN), which we will use to select and establish a framework of 5 preferred contractors for a period of up to 7 years (as initial 3 years and renewed annually in April thereafter to 31.3.2025).
The initial schemes can be summarised as follows:
WWNI Beckton STW AMP7 Improvements.
The required changes to provide consent compliance resilience cannot be achieved by wholly utilizing the existing effluent stream and sludge stream treatment assets; and will require upgrading of the preliminary, primary and secondary treatment works and provision of a new control room. The treated effluent discharge point is to remain in its current location with flows discharged directly into the River Thames. The London Borough planning authority is Newham Borough Council.
WWNI Mogden STW AMP7 Improvements.
The required changes to provide consent compliance resilience cannot be achieved by wholly utilizing the existing effluent stream and sludge stream treatment assets and will require upgrading and/or replacement of the preliminary, primary and secondary treatment works. The treated effluent discharge point is to remain in its current location with flows discharged directly into the River Thames. The London Borough planning authority is Hounslow Borough Council. This scheme may also comprise works at Iver South Sludge De-watering Centre and permissions being granted through Slough Borough Council.
Guildford STW Relocation.
The project is part of the Slyfield Area Regeneration Project (SARP), a major regeneration scheme in the Guildford area. SARP involves the relocation of the existing Guildford STW to the old Slyfield Landfill site. A 1 500 mm diameter gravity tunnel close to the eastern SARP boundary shall transfer flows to the new STW location. Full planning permission will be required from Surrey County Council. Close liaison with the SARP development team will be required throughout the preparation of the planning application and Environmental statement to ensure a consistent approach is taken to the assessment work and cumulative impacts are carefully addressed.
To obtain the planning permission, and also to carry out the design, geotechnical ground investigation and factual report are required.
II.2.11) Information about options
Options:
Yes
Description of options:
Thames Water intends to award a Framework Agreement for an initial term of 3 years with options to extend annually up to maximum of 7 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
Contract No: CP0008 H006.A.CP.CX.2
Title: Geotech Ground Investigation and Factual Reports
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Fugro GeoServices Ltd
Falmouth
TR11 4TA
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: CP0008 H006.A.CP.CX.2
Title: Geotech Ground Investigation and Factual Reports
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Geo-Environmental Services Ltd
W1B 3HH
London
UK
NUTS: UKI3
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: CP0008 H006.A.CP.CX.2
Title: Geotech Ground Investigation and Factual Reports
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
RSK Environment Ltd
G41 1DX
Glasgow
UK
NUTS: UKM82
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: CP0008 H006.A.CP.CX.2
Title: Geotech Ground Investigation and Factual Reports
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Arcadis Consulting (UK) Ltd
N1 9AB
Kings Cross
UK
NUTS: UKI
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: CP0008 H006.A.CP.CX.2
Title: Geotech Ground Investigation and Factual Reports
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/03/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Soil Engineering Geoservices Ltd
L40 8JS
Burscough
UK
NUTS: UKD47
The contractor is an SME:
No
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Ltd
Reading
UK
VI.4.4) Service from which information about the review procedure may be obtained
Thames Water Utilities Ltd
Reading
UK
VI.5) Date of dispatch of this notice
22/05/2019