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

Sustainable Abstraction

  • First published: 15 July 2019
  • Last modified: 15 July 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:
Anglian Water Services
Authority ID:
AA20858
Publication date:
15 July 2019
Deadline date:
01 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The main scope of work is the completion of water resources investigations and options appraisals between 1.4.2020 and 31.3.2022, as per Anglian Water’s Water Industry National Environment Programme (WINEP). Outputs must meet the official Environment Agency PR19 driver guidance.

Currently, eight schemes have a regulatory obligation date of the 31.3.2022, whilst the River Brett scheme which has a regulatory obligation date of the 31.3.2021.

The current programme includes nine schemes, which will include both an investigation and an options appraisal element (unless the outcome of the investigation is that there is no requirement for an options appraisal). Investigations will include reviewing the impact of abstraction upon groundwater and/or surface water bodies. In some cases, this will include existing river support schemes which will also need to form part of the review. It is likely that the Environment Agency regional groundwater models will need to be utilised as part of the investigations.

The options appraisal must review all available solutions, such as habitat restoration, source closure, abstraction reductions, abstraction relocations, license trading, flow support, and catchment solutions. Awareness of potential strategic options (identified separately to this scope through the Water Resources Management Plan) will also be required. Full costs for selected options must be provided in a format suitable for input into AWS business planning (format to be confirmed after appointment).

This work will involve significant liaison with the client, and with the Environment Agency. Liaison with other stakeholders such as Natural England may also be required (HD and SSSI drivers). The River Brett scheme is a partnership scheme and will require liaison with Affinity Water and Northumbrian Water (Essex and Suffolk Water). The Ardleigh scheme is also a partnership scheme and will require liaison with Northumbrian Water (Essex and Suffolk Water). Final solutions must have full agreement from the Environment Agency and any other key stakeholders.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Anglian Water Services

2366656

Lancaster House, Lancaster Way

Huntingdon

PE29 6XU

UK

Contact person: Alice Bradley

E-mail: abradley@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/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://esourcing.scanmarket.com/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Sustainable Abstraction

Reference number: 2019 0010

II.1.2) Main CPV code

71800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The scope of work is to cover water resources hydrological and hydrogeological investigations into the impact of abstraction upon groundwater body status (excluding water quality) and surface water body hydrological regime, and the related options appraisals. Work may also include investigations into water dependent terrestrial ecosystems.

II.1.5) Estimated total value

Value excluding VAT: 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90713000

90713100

II.2.3) Place of performance

NUTS code:

UKH1

UKH14

UKH12

UKH15

UKH16

UKH17


Main site or place of performance:

Mainly in Norfolk/Suffolk areas - see specification in RFI/RFP documents for confirmation of area

II.2.4) Description of the procurement

The main scope of work is the completion of water resources investigations and options appraisals between 1.4.2020 and 31.3.2022, as per Anglian Water’s Water Industry National Environment Programme (WINEP). Outputs must meet the official Environment Agency PR19 driver guidance.

Currently, eight schemes have a regulatory obligation date of the 31.3.2022, whilst the River Brett scheme which has a regulatory obligation date of the 31.3.2021.

The current programme includes nine schemes, which will include both an investigation and an options appraisal element (unless the outcome of the investigation is that there is no requirement for an options appraisal). Investigations will include reviewing the impact of abstraction upon groundwater and/or surface water bodies. In some cases, this will include existing river support schemes which will also need to form part of the review. It is likely that the Environment Agency regional groundwater models will need to be utilised as part of the investigations.

The options appraisal must review all available solutions, such as habitat restoration, source closure, abstraction reductions, abstraction relocations, license trading, flow support, and catchment solutions. Awareness of potential strategic options (identified separately to this scope through the Water Resources Management Plan) will also be required. Full costs for selected options must be provided in a format suitable for input into AWS business planning (format to be confirmed after appointment).

This work will involve significant liaison with the client, and with the Environment Agency. Liaison with other stakeholders such as Natural England may also be required (HD and SSSI drivers). The River Brett scheme is a partnership scheme and will require liaison with Affinity Water and Northumbrian Water (Essex and Suffolk Water). The Ardleigh scheme is also a partnership scheme and will require liaison with Northumbrian Water (Essex and Suffolk Water). Final solutions must have full agreement from the Environment Agency and any other key stakeholders.

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

Start: 01/04/2020

End: 31/03/2025

This contract is subject to renewal: Yes

Description of renewals:

Its a contract for 5 years with the option to extend for a further year should Anglian Water require it. Most work will be done in the first 2 years but the contract will cover any ad-hoc or subsequent work.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the RFI and RFP tender documentation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

Please refer to the RFI and RFP tender documentation

III.1.6) Deposits and guarantees required:

Please refer to the RFI and RFP tender documentation

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please refer to the RFI and RFP tender documentation

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Please refer to the RFI and RFP tender documentation

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 01/08/2019

Local time: 23:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/08/2019

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

Anglian Water Services

Thorpewood House, Thorpewood

Peterborough

PE3 6WT

UK

VI.5) Date of dispatch of this notice

10/07/2019

Coding

Commodity categories

ID Title Parent category
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
90713000 Environmental issues consultancy services Environmental management

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:
abradley@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.