Award

Nutrient Neutrality - Feasibility assessment for a constructed wetland located on land near Lyscombe and Highdon SSSI in the Poole Harbour catchment area in Dorset

NATURAL ENGLAND

This public procurement record has 2 releases in its history.

Award

29 Feb 2024 at 16:34

Tender

31 Oct 2023 at 08:57

Summary of the contracting process

The public procurement process for the Nutrient Neutrality - Feasibility assessment for a constructed wetland in Dorset is led by Natural England. The procurement stage is an open procedure, with a contract value of £25,000 GBP. The tender deadline is 14th November 2023, and the contract period spans from 30th November 2023 to 29th February 2024 in the environmental services category.

This tender opportunity for a constructed wetland feasibility assessment can create growth possibilities for SMEs in environmental services. Businesses specialising in wetland engineering, environmental consultancy, and soil and water sampling are well-suited to compete. The focus on nature recovery and nutrient reduction presents an opportunity for companies aiming to contribute to environmental preservation and sustainable development.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Nutrient Neutrality - Feasibility assessment for a constructed wetland located on land near Lyscombe and Highdon SSSI in the Poole Harbour catchment area in Dorset

Notice Description

To create a feasibility assessment for a constructed wetland located on land near Lyscombe and Highdon SSSI in the Poole Harbour catchment area in Dorset. Nature recovery is a key focus for stakeholders, therefore naturalised solutions or those in keeping with the natural landscape should be included within the optioneering process. The output for the site assessment would be a brief report to identify the opportunities for developing a treatment wetland to treat historical nutrient loads from a groundwater-fed natural spring. Key outputs would include: * a map of the holding and the area(s) of interest (including an estimation of the amount land required in hectares required to build a treatment wetland). * an options assessment of wetland types or design that identifies opportunities for the development of a treatment wetland working with natural processes to achieve nutrient reduction and habitat improvement. * a description of the potential of the site, including barriers or potential 'show-stoppers' to the development of a treatment wetland. * an initial broad assessment of the potential nutrient credit yield range and the financial cost of delivery. Including appraisal against the wetland mitigation framework confidence matrix. 1. Desk-based feasibility assessment * A desk-based feasibility assessment guided by stage 2 of the wetland framework. This assessment should review: o Topography; o Soil; o Geology & Hydrogeology; o Groundwater protection; o Hydrology & drainage; o Flood risk; o Protected sites & species; o Land use, Historic landfill & Contaminated Land 2. Site assessment * The pre-feasibility assessment will require a visit from a treatment wetland engineer. To provide an overview of the land and associated hydraulic pathways through the site, then focusing on the areas with the greatest potential in terms of both credit nutrient yield and any business objectives for the land. * A soil sample(s) to be taken from prospective areas identified for wetland to determine: o Potential for groundwater interaction o Whether the wetland requires a clay or artificial liner o If soil nutrient levels pose a risk of 'treatment liability' in terms of nutrient leaching * A water sample(s) to be taken from potential source of influent to the wetland to identify nutrient concentrations of Total Nitrogen and Total Phosphorus. o Water sample(s) should be analysed against the time of year, flow conditions and recent rainfall patterns for potential variability. o Identification of prospective water sampling points on-site to measure flows and loads to the wetland. DESCRIPTION CONTINUES IN 'ADDITIONAL TEXT' SECTION Additional information: DESCRIPTION CONTINUED: 3. Options assessment & nutrient credit yield * Conduct an options assessment of wetland types/design to identify opportunities for the development of a treatment wetland working with natural processes to achieve nutrient reduction and habitat improvement. Options could include, but are not limited to: o Free surface water or integrated constructed wetlands o Floating vegetation wetlands o Hybrid systems o Other approaches to river restoration (e.g., Stage zero or reconnection to floodplain) that could deliver nutrient reductions. * Within the options assessment, identify the possible range, i.e., minimum and maximum, for nutrient reduction capacity for wetland types or design proposed. o One of the following methods should be used with a supporting narrative: P-k-C* model k-C* model Regression equation * Nutrient credit yield (reduction) calculations must show the input data and methodology used to reach the nutrient yield potential. The calculation(s) should be supported by detailed workings. o On-site samples should influence/support the calculations Water sample(s) should be analysed against the time of year, flow conditions and recent rainfall patterns for potential variability. Soil sample(s) should be analysed to confirm soil type. o Consideration of long-term water quality: Consideration of the effects of surrounding land use change to deliver nutrient mitigation. Consideration of the effects of changing groundwater quality. o Any uncertainties in the data or calculations should be highlighted. Suggested baseline datasets to support assessments: * BGS - Geology Viewer (bedrock and superficial geology) - https://geologyviewer.bgs.ac.uk/?_ga=2.118364809.1498923974.1682338991-1042246947.1682338991 * Risk of Flooding from Surface Water Extent: 3.3 percent annual chance Any dataset, or surrogate data used should be accompanied by a supporting rationale for their use. To apply for this opportunity you must submit your quotation meeting the requirements detailed in the Request for Quotation (RFQ) attached. Your response must be sent to joseph.forster@naturalengland.org.uk by 17:00 on 14th November 2023 If you have any clarification questions linked to this opportunity or the procurement process please submit these via email to joseph.forster@naturalengland.org.uk. Please note that, unless commercially sensitive, both the question and the response will be circulated to all tenderers.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-98327626-f80c-4475-8931-be109f430afc
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/937b247a-d6c1-4c89-ac47-77805f4f5e2a
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90700000 - Environmental services

Notice Value(s)

Tender Value
£25,000 Under £100K
Lots Value
Not specified
Awards Value
£14,495 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
29 Feb 20241 years ago
Submission Deadline
14 Nov 2023Expired
Future Notice Date
Not specified
Award Date
29 Nov 20232 years ago
Contract Period
7 Dec 2023 - 30 Mar 2024 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATURAL ENGLAND
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

LAND & WATER SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-98327626-f80c-4475-8931-be109f430afc-2024-02-29T16:34:39Z",
    "date": "2024-02-29T16:34:39Z",
    "ocid": "ocds-b5fd17-98327626-f80c-4475-8931-be109f430afc",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "NMS - Lyscombe Wetland Feasibility",
        "title": "Nutrient Neutrality - Feasibility assessment for a constructed wetland located on land near Lyscombe and Highdon SSSI in the Poole Harbour catchment area in Dorset",
        "description": "To create a feasibility assessment for a constructed wetland located on land near Lyscombe and Highdon SSSI in the Poole Harbour catchment area in Dorset. Nature recovery is a key focus for stakeholders, therefore naturalised solutions or those in keeping with the natural landscape should be included within the optioneering process. The output for the site assessment would be a brief report to identify the opportunities for developing a treatment wetland to treat historical nutrient loads from a groundwater-fed natural spring. Key outputs would include: * a map of the holding and the area(s) of interest (including an estimation of the amount land required in hectares required to build a treatment wetland). * an options assessment of wetland types or design that identifies opportunities for the development of a treatment wetland working with natural processes to achieve nutrient reduction and habitat improvement. * a description of the potential of the site, including barriers or potential 'show-stoppers' to the development of a treatment wetland. * an initial broad assessment of the potential nutrient credit yield range and the financial cost of delivery. Including appraisal against the wetland mitigation framework confidence matrix. 1. Desk-based feasibility assessment * A desk-based feasibility assessment guided by stage 2 of the wetland framework. This assessment should review: o Topography; o Soil; o Geology & Hydrogeology; o Groundwater protection; o Hydrology & drainage; o Flood risk; o Protected sites & species; o Land use, Historic landfill & Contaminated Land 2. Site assessment * The pre-feasibility assessment will require a visit from a treatment wetland engineer. To provide an overview of the land and associated hydraulic pathways through the site, then focusing on the areas with the greatest potential in terms of both credit nutrient yield and any business objectives for the land. * A soil sample(s) to be taken from prospective areas identified for wetland to determine: o Potential for groundwater interaction o Whether the wetland requires a clay or artificial liner o If soil nutrient levels pose a risk of 'treatment liability' in terms of nutrient leaching * A water sample(s) to be taken from potential source of influent to the wetland to identify nutrient concentrations of Total Nitrogen and Total Phosphorus. o Water sample(s) should be analysed against the time of year, flow conditions and recent rainfall patterns for potential variability. o Identification of prospective water sampling points on-site to measure flows and loads to the wetland. DESCRIPTION CONTINUES IN 'ADDITIONAL TEXT' SECTION Additional information: DESCRIPTION CONTINUED: 3. Options assessment & nutrient credit yield * Conduct an options assessment of wetland types/design to identify opportunities for the development of a treatment wetland working with natural processes to achieve nutrient reduction and habitat improvement. Options could include, but are not limited to: o Free surface water or integrated constructed wetlands o Floating vegetation wetlands o Hybrid systems o Other approaches to river restoration (e.g., Stage zero or reconnection to floodplain) that could deliver nutrient reductions. * Within the options assessment, identify the possible range, i.e., minimum and maximum, for nutrient reduction capacity for wetland types or design proposed. o One of the following methods should be used with a supporting narrative: P-k-C* model k-C* model Regression equation * Nutrient credit yield (reduction) calculations must show the input data and methodology used to reach the nutrient yield potential. The calculation(s) should be supported by detailed workings. o On-site samples should influence/support the calculations Water sample(s) should be analysed against the time of year, flow conditions and recent rainfall patterns for potential variability. Soil sample(s) should be analysed to confirm soil type. o Consideration of long-term water quality: Consideration of the effects of surrounding land use change to deliver nutrient mitigation. Consideration of the effects of changing groundwater quality. o Any uncertainties in the data or calculations should be highlighted. Suggested baseline datasets to support assessments: * BGS - Geology Viewer (bedrock and superficial geology) - https://geologyviewer.bgs.ac.uk/?_ga=2.118364809.1498923974.1682338991-1042246947.1682338991 * Risk of Flooding from Surface Water Extent: 3.3 percent annual chance Any dataset, or surrogate data used should be accompanied by a supporting rationale for their use. To apply for this opportunity you must submit your quotation meeting the requirements detailed in the Request for Quotation (RFQ) attached. Your response must be sent to joseph.forster@naturalengland.org.uk by 17:00 on 14th November 2023 If you have any clarification questions linked to this opportunity or the procurement process please submit these via email to joseph.forster@naturalengland.org.uk. Please note that, unless commercially sensitive, both the question and the response will be circulated to all tenderers.",
        "datePublished": "2023-10-31T08:57:40Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90700000",
            "description": "Environmental services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10000,
            "currency": "GBP"
        },
        "value": {
            "amount": 25000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2023-11-14T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-11-30T00:00:00Z",
            "endDate": "2024-02-29T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3afa44bc-f033-4c3e-88e8-671962247649",
                "datePublished": "2023-10-31T08:57:40Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "RFQ",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/29dc88d6-d392-4e8a-b6e1-37a4e58bd436",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "evaluationReports",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5d65c391-49ad-4bbf-85cf-b9d31d85cb46",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "contractDraft",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/95ac9902-992b-49b8-99cc-77d329f651b0",
                "format": "application/msword"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hWvd872d",
            "name": "Natural England",
            "identifier": {
                "legalName": "Natural England",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hWvd872d"
            },
            "address": {
                "streetAddress": "Nobel House, 17 Smith Square",
                "locality": "London",
                "postalCode": "SW1P 3JR",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Joseph Forster",
                "email": "joseph.forster@naturalengland.org.uk",
                "telephone": "01233 812525"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-02776439",
            "name": "Land & Water Services Ltd",
            "identifier": {
                "legalName": "Land & Water Services Ltd",
                "scheme": "GB-COH",
                "id": "02776439"
            },
            "address": {
                "streetAddress": "Numeric House, 98 Station Road, Sidcup, Kent, DA15 7BY"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hWvd872d",
        "name": "Natural England"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-98327626-f80c-4475-8931-be109f430afc-1",
            "status": "active",
            "date": "2023-11-29T00:00:00Z",
            "datePublished": "2024-02-29T16:34:39Z",
            "value": {
                "amount": 14495,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-02776439",
                    "name": "Land & Water Services Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-12-07T00:00:00Z",
                "endDate": "2024-03-30T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/937b247a-d6c1-4c89-ac47-77805f4f5e2a",
                    "datePublished": "2024-02-29T16:34:39Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "biddingDocuments",
                    "description": "RFQ",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/29dc88d6-d392-4e8a-b6e1-37a4e58bd436",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "evaluationReports",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5d65c391-49ad-4bbf-85cf-b9d31d85cb46",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "4",
                    "documentType": "contractDraft",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/95ac9902-992b-49b8-99cc-77d329f651b0",
                    "format": "application/msword"
                },
                {
                    "id": "5",
                    "documentType": "contractSigned",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/3198ccd6-87a4-4c3d-a59c-cf220e523bfa",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}