Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/937b247a-d6c1-4c89-ac47-77805f4f5e2a
29th February 2024 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/3afa44bc-f033-4c3e-88e8-671962247649
31st October 2023 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}