Tender

Constructability Advice

  • ANGLIAN WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-005712

Procurement identifier (OCID): ocds-h6vhtk-043bee

Published 21 February 2024, 4:39pm



Section one: Contracting entity

one.1) Name and addresses

ANGLIAN WATER SERVICES LIMITED

Lancaster House Lancaster Way,Ermine Business Park

HUNTINGDON

PE296XU

Contact

Hannah Burley

Email

hburley@anglianwater.co.uk

Telephone

+44 7971988626

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Companies House

02366656

Internet address(es)

Main address

https://www.anglianwater.co.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Constructability Advice

Reference number

2024-0946

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.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

two.2) Description

two.2.1) Title

Civil Engineering and Earthworks

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKH11 - Peterborough
  • UKH12 - Cambridgeshire CC
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
Main site or place of performance

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

two.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 

two.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2) Description

two.2.1) Title

Pipelines (Infrastructure)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKH11 - Peterborough
  • UKH12 - Cambridgeshire CC
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH24 - Bedford
  • UKH25 - Central Bedfordshire
  • UKH3 - Essex
Main site or place of performance

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

two.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 

two.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2) Description

two.2.1) Title

Water Treatment (Non-infrastructure)

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire
  • UKH11 - Peterborough
  • UKH12 - Cambridgeshire CC
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
Main site or place of performance

Anglian Water Services Limited

Worldwide House

Thorpe Wood

Peterborough

PE3 6SB

two.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 

two.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

22 March 2024

Local time

11:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand,

London

WC2A 2LL

Country

United Kingdom