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 Notice

Constructability Advice

  • First published: 22 February 2024
  • Last modified: 22 February 2024

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:
ocds-h6vhtk-043bee
Published by:
ANGLIAN WATER SERVICES LIMITED
Authority ID:
AA80888
Publication date:
22 February 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

We are looking to put in place a framework agreement with a maximum of 5 contractors per lot, who can provide constructability advice on a number of our projects, including the Strategic Resource Option (SRO) Reservoir programme.

We have split the framework into three specialist lots. Lot 1 is for suppliers who can provide advice on civil engineering and earthworks.

What we mean by civils engineering and earthworks is described below:

All civils structures associated with the construction and operation of storage and service reservoirs for water supply, including dams, inlets, draw off facilities/outlet towers, pumping stations and emergency drawdowns and the construction of supporting infrastructure to enable the reservoir and wider development, including road construction, road improvements, rail heads, small ports and docks, aggregate/rock processing and handling facilities, quarrying, new service provision, existing service diversion and all construction logistics associated with the above. This will include for the excavation, transport, placement, and compaction of fill materials to construct earth structures, associated earthworks to optimise cut and fill balances, cutting of new waterways, dredging of existing waterways and raising or construction of flood embankments within the reservoir site area and along open channel transfers (existing waterways).

While the scope of services may vary from project to project, some anticipated services include the following:

• Critical review of design and assurance of constructability through to commissioning turnovers and to operations, including providing advice on buildability and construction sequence/ methodology and identification of temporary construction requirements. 

• Input into the selection of the preferred options for the key construction and building systems - structures, Mechanical, Electrical and Plumbing (MEP), facades, etc to suit the supply chain, including materials, plant and equipment and bulk material storage, movement/transfer, and disposal. 

• Market-based estimating, construction planning and scheduling. 

• Provide advice on opportunities for Modern Methods of Construction (MMC)/ off-site fabrication/ modular building, etc. and quality control, assurance, and oversight methods. 

• Value management - provide advice on potential value engineering opportunities in the developing design. 

• Provide market intelligence on UK construction supply-chain pipelines and advise on construction and supply-chain risks relating to the proposals, including inflation and material shortages / long-lead items and impacts of early procure vs warrantees. This information can then be captured and shared within the wider AW business to be able to understand the supply chain landscape in terms of potential issues that could affect Anglian Water and opportunities.

• Support with the identification of products, materials, methods, and initiatives to enable sustainability ambitions and targets to be realised, including zero carbon opportunities. 

• Environmental mitigation validation and optioneering.

• Provide market intelligence and feedback on preferable contract types to adopt/use that will provide AW certainty and control over project constraints and outcomes. 

• Provide critical friend support (industry peer review) to major projects throughout the life span of the project.  

• Contributions to, and validation of, any planning-related documentation under the Town and Country Planning Act or the Development Consent Order process that requires construction input and critique, including but not limited to: 

a) Code of Construction Practice 

b) Construction Management Plan 

c) Construction Environmental Management Plan 

d) Traffic Management Plan 

e) Social impact strategy 

f) Sustainability Strategy 

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

ANGLIAN WATER SERVICES LIMITED

02366656

Lancaster House Lancaster Way,Ermine Business Park

HUNTINGDON

PE296XU

UK

Contact person: Hannah Burley

Telephone: +44 7971988626

E-mail: hburley@anglianwater.co.uk

NUTS: UKH12

Internet address(es)

Main address: https://www.anglianwater.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=654308&ccsum=9faf1a5a1cb15c6b27a91acf7f859b45


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=654308&ccsum=9faf1a5a1cb15c6b27a91acf7f859b45


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Constructability Advice

Reference number: 2024-0946

II.1.2) Main CPV code

71311000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This notice is for the provision of constructability consultancy services.

Anglian Water is looking to put in place a framework of up to 15 suppliers who can provide constructability advice for various projects within the Anglian Water business, including the Strategic Resource Options (SRO) Reservoir programme.

The framework will be made up of three lots:

1) Civil engineering and earthworks

2) Pipelines

3) Water Treatment

The full scoping document can be found within the Scanmarket link.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Civil Engineering and Earthworks

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKF2

UKF3

UKH11

UKH12

UKH15

UKH16

UKH2

UKH3


Main site or place of performance:

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

II.2.4) Description of the procurement

We are looking to put in place a framework agreement with a maximum of 5 contractors per lot, who can provide constructability advice on a number of our projects, including the Strategic Resource Option (SRO) Reservoir programme.

We have split the framework into three specialist lots. Lot 1 is for suppliers who can provide advice on civil engineering and earthworks.

What we mean by civils engineering and earthworks is described below:

All civils structures associated with the construction and operation of storage and service reservoirs for water supply, including dams, inlets, draw off facilities/outlet towers, pumping stations and emergency drawdowns and the construction of supporting infrastructure to enable the reservoir and wider development, including road construction, road improvements, rail heads, small ports and docks, aggregate/rock processing and handling facilities, quarrying, new service provision, existing service diversion and all construction logistics associated with the above. This will include for the excavation, transport, placement, and compaction of fill materials to construct earth structures, associated earthworks to optimise cut and fill balances, cutting of new waterways, dredging of existing waterways and raising or construction of flood embankments within the reservoir site area and along open channel transfers (existing waterways).

While the scope of services may vary from project to project, some anticipated services include the following:

• Critical review of design and assurance of constructability through to commissioning turnovers and to operations, including providing advice on buildability and construction sequence/ methodology and identification of temporary construction requirements. 

• Input into the selection of the preferred options for the key construction and building systems - structures, Mechanical, Electrical and Plumbing (MEP), facades, etc to suit the supply chain, including materials, plant and equipment and bulk material storage, movement/transfer, and disposal. 

• Market-based estimating, construction planning and scheduling. 

• Provide advice on opportunities for Modern Methods of Construction (MMC)/ off-site fabrication/ modular building, etc. and quality control, assurance, and oversight methods. 

• Value management - provide advice on potential value engineering opportunities in the developing design. 

• Provide market intelligence on UK construction supply-chain pipelines and advise on construction and supply-chain risks relating to the proposals, including inflation and material shortages / long-lead items and impacts of early procure vs warrantees. This information can then be captured and shared within the wider AW business to be able to understand the supply chain landscape in terms of potential issues that could affect Anglian Water and opportunities.

• Support with the identification of products, materials, methods, and initiatives to enable sustainability ambitions and targets to be realised, including zero carbon opportunities. 

• Environmental mitigation validation and optioneering.

• Provide market intelligence and feedback on preferable contract types to adopt/use that will provide AW certainty and control over project constraints and outcomes. 

• Provide critical friend support (industry peer review) to major projects throughout the life span of the project.  

• Contributions to, and validation of, any planning-related documentation under the Town and Country Planning Act or the Development Consent Order process that requires construction input and critique, including but not limited to: 

a) Code of Construction Practice 

b) Construction Management Plan 

c) Construction Environmental Management Plan 

d) Traffic Management Plan 

e) Social impact strategy 

f) Sustainability Strategy 

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

There will be an initial two-year fixed period for the framework.

After the two years, Anglian Water may elect to extend the framework in whole or in part by three further periods of one year each or for any alternative periods and not expiring later than five years from the Effective Date.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Pipelines (Infrastructure)

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKF2

UKF3

UKH11

UKH12

UKH15

UKH16

UKH24

UKH25

UKH3


Main site or place of performance:

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

II.2.4) Description of the procurement

We are looking to put in place a framework agreement with a maximum of 5 contractors per lot, who can provide constructability advice on a number of our projects, including the Strategic Resource Option (SRO) Reservoir programme.

We have split the framework into three specialist lots. Lot 2 is for suppliers who can provide advice on pipelines.

What we mean by pipelines (infrastructure) is described below:

All infrastructure for large diameter pipelines and long interconnectors, including the design, construction, commissioning, and operations of; open cut techniques, trenchless, drainage, welding, materials selection, production management, temporary commissioning infrastructure, water quality and process science including chlorine dosing, pumping stations and break tanks.

While the scope of services may vary from project to project, some anticipated services include the following:

• Critical review of design and assurance of constructability through to commissioning turnovers and to operations, including providing advice on buildability and construction sequence/ methodology and identification of temporary construction requirements. 

• Input into the selection of the preferred options for the key construction and building systems - structures, Mechanical, Electrical and Plumbing (MEP), facades, etc to suit the supply chain, including materials, plant and equipment and bulk material storage, movement/transfer, and disposal. 

• Market-based estimating, construction planning and scheduling. 

• Provide advice on opportunities for Modern Methods of Construction (MMC)/ off-site fabrication/ modular building, etc. and quality control, assurance, and oversight methods. 

• Value management - provide advice on potential value engineering opportunities in the developing design. 

• Provide market intelligence on UK construction supply-chain pipelines and advise on construction and supply-chain risks relating to the proposals, including inflation and material shortages / long-lead items and impacts of early procure vs warrantees. This information can then be captured and shared within the wider AW business to be able to understand the supply chain landscape in terms of potential issues that could affect Anglian Water and opportunities.

• Support with the identification of products, materials, methods, and initiatives to enable sustainability ambitions and targets to be realised, including zero carbon opportunities. 

• Environmental mitigation validation and optioneering.

• Provide market intelligence and feedback on preferable contract types to adopt/use that will provide AW certainty and control over project constraints and outcomes. 

• Provide critical friend support (industry peer review) to major projects throughout the life span of the project.  

• Contributions to, and validation of, any planning-related documentation under the Town and Country Planning Act or the Development Consent Order process that requires construction input and critique, including but not limited to: 

a) Code of Construction Practice 

b) Construction Management Plan 

c) Construction Environmental Management Plan 

d) Traffic Management Plan 

e) Social impact strategy 

f) Sustainability Strategy 

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

There will be an initial two-year fixed period for the framework.

After the two years, Anglian Water may elect to extend the framework in whole or in part by three further periods of one year each or for any alternative periods and not expiring later than five years from the Effective Date.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Water Treatment (Non-infrastructure)

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKF2

UKF3

UKH11

UKH12

UKH15

UKH16

UKH2

UKH3


Main site or place of performance:

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

II.2.4) Description of the procurement

We are looking to put in place a framework agreement with a maximum of 5 contractors per lot, who can provide constructability advice on a number of our projects, including the Strategic Resource Option (SRO) Reservoir programme.

We have split the framework into three specialist lots. Lot 3 is for suppliers who can provide advice on water treatment (non-infrastructure).

What we mean by water treament (non-infrastructure) is described below:

All operations associated with the design, construction, commissioning, handover, and operation of 150-300 MLD water treatment facilities, including water treatment works, wastewater treatment, INNS treatment and conditioning.

While the scope of services may vary from project to project, some anticipated services include the following:

• Critical review of design and assurance of constructability through to commissioning turnovers and to operations, including providing advice on buildability and construction sequence/ methodology and identification of temporary construction requirements. 

• Input into the selection of the preferred options for the key construction and building systems - structures, Mechanical, Electrical and Plumbing (MEP), facades, etc to suit the supply chain, including materials, plant and equipment and bulk material storage, movement/transfer, and disposal. 

• Market-based estimating, construction planning and scheduling. 

• Provide advice on opportunities for Modern Methods of Construction (MMC)/ off-site fabrication/ modular building, etc. and quality control, assurance, and oversight methods. 

• Value management - provide advice on potential value engineering opportunities in the developing design. 

• Provide market intelligence on UK construction supply-chain pipelines and advise on construction and supply-chain risks relating to the proposals, including inflation and material shortages / long-lead items and impacts of early procure vs warrantees. This information can then be captured and shared within the wider AW business to be able to understand the supply chain landscape in terms of potential issues that could affect Anglian Water and opportunities.

• Support with the identification of products, materials, methods, and initiatives to enable sustainability ambitions and targets to be realised, including zero carbon opportunities. 

• Environmental mitigation validation and optioneering.

• Provide market intelligence and feedback on preferable contract types to adopt/use that will provide AW certainty and control over project constraints and outcomes. 

• Provide critical friend support (industry peer review) to major projects throughout the life span of the project.  

• Contributions to, and validation of, any planning-related documentation under the Town and Country Planning Act or the Development Consent Order process that requires construction input and critique, including but not limited to: 

a) Code of Construction Practice 

b) Construction Management Plan 

c) Construction Environmental Management Plan 

d) Traffic Management Plan 

e) Social impact strategy 

f) Sustainability Strategy 

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

There will be an initial two-year fixed period for the framework.

After the two years, Anglian Water may elect to extend the framework in whole or in part by three further periods of one year each or for any alternative periods and not expiring later than five years from the Effective Date.

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 several operators.

Envisaged maximum number of participants to the framework agreement: 15

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/03/2024

Local time: 23:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, Strand,

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

21/02/2024

Coding

Commodity categories

ID Title Parent category
71311000 Civil engineering consultancy services Consultative engineering and construction 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:
hburley@anglianwater.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.