Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Anglian Water Services Ltd
Lancaster House, Lancaster Way
Huntingdon
PE29 7DU
UK
Contact person: Kate Jordan
E-mail: kjordan@anglianwater.co.uk
NUTS: UKH12
Internet address(es)
Main address: https://anglianwater.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://esourcing.scanmarket.com/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://esourcing.scanmarket.com/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Laboratory Information Management System
Reference number: PA 2019 0037
II.1.2) Main CPV code
48461000
II.1.3) Type of contract
Services
II.1.4) Short description
For the delivery of a laboratory information management system (LIMS).
Analytical services undertake key regulatory functions: scheduling of all regulatory, incident and due diligence monitoring programmes; collection of samples and input of field data; analysis of analytical data; provision of results to the business for use in making operational decisions (routine monitoring, risk management, incident response and investment decisions and commissioning work) and the provision of regulatory information to the DWI and EA to demonstrate that Anglian Water are compliant with current regulations.
Anglian Water reserves the right to add in additional product related applications during the contract term, for example a mobile sampling application.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48460000
72212461
48000000
71900000
II.2.3) Place of performance
NUTS code:
UKH12
Main site or place of performance:
Huntingdon, Cambridgeshire.
II.2.4) Description of the procurement
For the delivery of a laboratory information management system (LIMS).
Analytical services undertake key regulatory functions: scheduling of all regulatory, incident and due diligence monitoring programmes; collection of samples and input of field data; analysis of analytical data; provision of results to the business for use in making operational decisions (routine monitoring, risk management, incident response and investment decisions and commissioning work) and the provision of regulatory information to the DWI and EA to demonstrate that Anglian Water are compliant with current regulations.
Anglian Water reserves the right to add in additional product related applications during the contract term, for example a mobile sampling application.
II.2.5) Award criteria
Price 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 system
Duration in months: 138
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
AWS Ltd will run a credit report on each bidder.
The successful bidder will be required to hold a credit rating produced from time to time by Dunn and Bradstreet showing a risk indicator of 1 or 2 (being low or lower than average risk). In the event:
(i) such a credit rating is not met (or where they do not have a D&B rating, an equivalent rating from another rating agent); or
(ii) the credit rating of the successful bidder deteriorates during the contract term, then the bidder will be required to provide a parent company guarantee from a parent entity whose credit rating is satisfactory to Anglian Water. Please confirm you accept this requirement and provide the following full parent company contact details:
Company name: company registration number; registered office address; contact name; telephone number, and credit rating details for the parent entity.
Alternatively, if there is no parent company, a performance bond would be required in a format and value to be agreed.
Minimum level(s) of standards required:
Dunn and Bradstreet showing a risk indicator of 1 or 2 (being low or lower than average risk).
III.1.6) Deposits and guarantees required:
See Section III.1.2) above.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 130-320489
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/09/2019
Local time: 23:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
04/10/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Anglian Water Services
Peterborough
PE3 6WT
UK
VI.5) Date of dispatch of this notice
07/08/2019