Constructability Advice (Ангилья - Тендер #51667666) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51667666 Дата публикации: 23-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
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) CommunicationThe 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) TitleConstructability Advice
Reference number: 2024-0946
II.1.2) Main CPV code71311000
II.1.3) Type of contractServices
II.1.4) Short descriptionThis 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 valueValue excluding VAT: 5 000 000.00 GBP
II.1.6) Information about lotsThis 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) DescriptionLot No: 1
II.2.1) TitleCivil Engineering and Earthworks
II.2.2) Additional CPV code(s)71311000
II.2.3) Place of performanceNUTS code:
UKF2
UKF3
UKH11
UKH12
UKH15
UKH16
UKH2
UKh2
Main site or place of performance:
Anglian Water Services Limited
Worldwide House
Thorpe Wood
Peterborough
PE3 6SB
II.2.4) Description of the procurementWe 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 criteriaPrice 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 systemDuration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitlePipelines (Infrastructure)
II.2.2) Additional CPV code(s)71311000
II.2.3) Place of performanceNUTS code:
UKF2
UKF3
UKH11
UKH12
UKH15
UKH16
UKH24
UKH25
UKh2
Main site or place of performance:
Anglian Water Services Limited
Worldwide House
Thorpe Wood
Peterborough
PE3 6SB
II.2.4) Description of the procurementWe 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 criteriaPrice 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 systemDuration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleWater Treatment (Non-infrastructure)
II.2.2) Additional CPV code(s)71311000
II.2.3) Place of performanceNUTS code:
UKF2
UKF3
UKH11
UKH12
UKH15
UKH16
UKH2
UKh2
Main site or place of performance:
Anglian Water Services Limited
Worldwide House
Thorpe Wood
Peterborough
PE3 6SB
II.2.4) Description of the procurementWe 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 criteriaPrice 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 systemDuration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe 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 procedureNegotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 22/03/2024
Local time: 23:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.4) Procedures for review VI.4.1) Review bodyHigh Court
Royal Courts of Justice, Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice21/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | hburley@anglianwater.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 71311000 | Civil engineering consultancy services | Consultative engineering and construction services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |