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