Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Geotech Ground Investigation and Factual Reports

  • First published: 24 May 2019
  • Last modified: 24 May 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
24 May 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71332000 Geotechnical engineering services Miscellaneous engineering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.