Tender

Upper Thurne Construction Works - Package 2

  • Broads (2006) Internal Drainage Board (BIDB)

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-073686

Procurement identifier (OCID): ocds-h6vhtk-05d5d8 (view related notices)

Published 13 November 2025, 4:06pm



Scope

Reference

451

Description

This procurement covers the design and construction of 3 x pumping stations, namely Martham pumping station, Potter Heigham pumping station and Brograve pumping station. It also allows for the optionality of adding one additional similar pumping station site namely Somerton South Pumping Station and Culvert or Repps pumping station at a future date. Each of these sites has an existing pumping station which will need to be decommissioned. Any instruction for one of the two optional sites is expected to be within 12 months of the Contract Date.

The value is estimated at £8-£12million for the initial 3 sites with up to a further £6million for the fourth site depending on works required. These figures are exclusive of VAT. These works are to be funded from Environment Agency Grant in Aid.

The works and its objectives are entirely consistent to ensure compliance with the BIDB statutory duties as a Section 28g body under the Wildlife and Countryside Act 1981 (as amended).

The scope of the works:

 Design and construction for the 3 pumping stations. Design is limited to the following design tasks (Refer Section S300 of the Scope)

 Telemetry system

 External lighting

 Control kiosk including HVAC

 Motor Control Centre and full electrical system design including Functional Design Specification

 Stop log systems and non return / control valves

 Ducting and draw pit numbers and dimensions

 Precast Concrete Units

 MCC support frame

 Temporary works including relevant licences, permissions and consents

 Associated civil, mechanical and electrical works

 Integration with existing water infrastructure

 Testing, commissioning and handover to operations

 Sectional Completion

 Decommissioning of existing 3 pumping stations

 Potential for all of the above for 4th site.

Bidders that express interest following the publication of this Tender Notice will be invited to attend an accompanied group visit incorporating Martham, Potter Heigham and Brograve. Two dates will be available (as detailed below), and each bidder is required to attend only one of these sessions. Attendance will be limited to one vehicle and a maximum of 2 representatives per organisation. The vehicle must be a 4x4 to enable access to these sites:

Tuesday 25th November 2025

Wednesday 26th November 2025

All questions and answers raised during the 2 site visit days will be documented and shared with all Tenderers via the eTender portal.

The Water Management Alliance (WMA) will oversee this procurement on behalf of the Broads Internal Drainage Board working with Turner & Townsend as advisors.

Total value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2028
  • Possible extension to 31 March 2029
  • 3 years

Description of possible extension:

An extension could be used to allow delivery of the fourth pumping station if the option included within this procurement is subsequently used and delivery needs to extend beyond the estimated Contract End Date.

Options

The right to additional purchases while the contract is valid.

The Contract is for 3 pumping stations. There is an option to add a fourth pumping station to the Contract during its life which would extend the delivery date (for the fourth site)

Main procurement category

Works

CPV classifications

  • 45232150 - Works related to water-distribution pipelines
  • 45232152 - Pumping station construction work
  • 45240000 - Construction work for water projects
  • 45252120 - Water-treatment plant construction work
  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works
  • 71320000 - Engineering design services

Contract locations

  • UKH1 - East Anglia

Justification for not using lots

The Client deems that although this Contract is for 3 (possibly 4) sites, it could not be divided into lots for commercial reasons, There are synergies to be benefited from for delivering all sites under one Contract with sectional Completion.


Participation

Legal and financial capacity conditions of participation

Tenderers must supply their latest full 12 months accounts.

Figures from these accounts will be used to calculate the following 3 metrics:

- Turnover ratio

- Operating margin

- Acid test / Quick ratio

The three results will be categorised as high, medium or low risk (information contained within the tender documents). Where all 3 of the metrics show as high risk, this will constitute a fail.

Technical ability conditions of participation

Supplier must demonstrate they do not meet any of the grounds for failure under the mandatory grounds for exclusion under PA23.

Supplier must demonstrate they do not meet any of the grounds for exclusion under the discretionary grounds for exclusion under PA23.

Experience - tenderers must be able to demonstrate a minimum of 3 contracts which set out their technical ability to meet this Contract including but not limited to evidence of:

- experience of comparable works in the water industry

- experience of working under NEC for Works Contracts

- experience of delivering works with comparable site contraints / issues.

Sub-contractor management - if using any subcontractors, supplier must demonstrate a robust approach to identifying, selecting, and managing them as well as ensuring compliance with contractual obligations, quality standards, and relevant legislation.

Environmental Management - tenderer must show evidence of a strong environmental management system or hold ISO14001

Quality Management - tenderer must show evidence of a strong quality management system or hold ISO9001

Health and Safety - tenderer must show effective arrangements and ability to control significant risks in relation to health and safety.

Modern Slavery - tenderer must comply with the requirements of the Modern Slavery Act 2015

Subcontractor payments - tenderer must demonstrate that they have systems in place for supply chain payments and that they are able to meet 30 day payment terms for public sector contracts.


Submission

Enquiry deadline

6 January 2026, 12:00pm

Submission type

Tenders

Tender submission deadline

19 January 2026, 12:00pm

Submission address and any special instructions

All Tenders must be submitted electronically via the eTender portal:

https://turnerandtownsend.bravosolution.com

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

19 February 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Activity Schedule Price 50%
Design Quality and Compliance Quality 10%
Construction Methodology and Programme Quality 10%
Risk and Issue Management Quality 10%
Delivery Team and Quality Assurance Quality 10%
Stakeholder Engagement Quality 5%
Social Value and Public Benefit Quality 2.5%
Innovation and Value Engineering Quality 2.5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Competitive Flexible Procedure is set out within the tender documents available.

1) Tenderers are invited to submit initial tenders. Such tender is made up of both assessment criteria (evaluated prior to award criteria) and award criteria (quality submissions and pricing submission based on an Activity Schedule)

Compliant tenders will have their assessment criteria submissions reviewed against the pass/fail criteria.

Only tenders which pass all of the assessment criteria will have their quality and price submissions evaluated against the award criteria.

The Clients intention is to award a contract at the end of this stage. However, rights are reserved to progress to an optional negotiation and / or BAFO stage if needed.

2) Negotiation (optional). If needed, one round of structured negotiation to clarify and improve offers. This stage may be with a reduced number of bidders.

3) Best and Final Offers (BAFO) (optional). This stage may be with a reduced number of bidders.

If a negotiation and / or BAFO stage is required, the initial award criteria set out will be used to evaluate amended / updated tenders.

Justification for not publishing a preliminary market engagement notice

No preliminary market engagement as such has been carried out, however interested parties should note that 2 of the 3 (potential 4) sites included within this package were previously within scope of another contract. The contract form for this procurement is different to that of the previous contract. There has been Contractor involvement in design for these sites and access to those sites as required.

Design documents are to be included as part of the tender pack for this Contract and site visits for interested suppliers are available.


Documents

Associated tender documents

eTender - supplier user guide.pdf

A supplier user guide for the eTender portal is included with this notice. Suppliers can self register for the portal and let us know when they have done so at procurement@wlma.org.uk to be added to the project.

There is no cost associated with this registration process, and you can add multiple users to your online organisation if required either now or at a later date; however, we do need to setup a principle contact for your organisation who will be assigned the role of main (default) contact in the portal.

So that you do not miss any notifications, please ensure that your IT department have approved system generated emails from auto-alert-turnerandtownsend@bravosolution.com.

Documents to be provided after the tender notice

The Full Invitation to Tender will be provided on the following eTender portal:

https://turnerandtownsend.bravosolution.com

Tenderers will be able to access this after registration and addition to the project.

Technical specifications to be met

https://turnerandtownsend.bravosolution.com

Full Scope is provided within the ITT.


Contracting authority

Broads (2006) Internal Drainage Board (BIDB)

  • Public Procurement Organisation Number: PBNM-6452-WDWZ

Pierpoint House, 28 Horsley's Fields

Kings Lynn, Norfolk

PE30 5DD

United Kingdom

Contact name: Catherine Barclay

Email: procurement@wlma.org.uk

Website: http://www.wlma.org

Region: UKH16 - North and West Norfolk

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

TURNER & TOWNSEND CONTRACT SERVICES LIMITED

Summary of their role in this procurement: Procurement Advisors to Water Management Alliance (WMA) and BIDB. The WMA is not a legal entity - it's an unincorporated consortium of Internal Drainage Boards (IDBs) where one of its number (King's Lynn IDB) employs all of the shared staff and enters into contracts for the provision of shared services on behalf of the Member Boards, as set out in the Consortium Agreement.

  • Companies House: 02525578
  • Public Procurement Organisation Number: PCCG-9469-WYXM

Low Hall Calverley Lane

Leeds

LS18 4GH

United Kingdom

Contact name: Catherine Barclay

Email: procurement@wlma.org.uk

Website: https://turnerandtownsend.bravosolution.com

Region: UKE42 - Leeds


Contact organisation

Contact TURNER & TOWNSEND CONTRACT SERVICES LIMITED for any enquiries.