Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
ANGLIAN WATER SERVICES LIMITED
02366656
Lancaster House Lancaster Way,Ermine Business Park
HUNTINGDON
PE296XU
UK
Contact person: Meghan Culleton
E-mail: mculleton@anglianwater.co.uk
NUTS: UKH
Internet address(es)
Main address: https://www.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/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Operational Technology Services Framework
Reference number: 2023 1010
II.1.2) Main CPV code
51110000
II.1.3) Type of contract
Services
II.1.4) Short description
Operational Technology (OT) Services Framework
Operational technology (OT) is hardware and software that detects or causes a change, through the direct monitoring and/or control of industrial equipment, assets, processes and events.
This framework is looking:
OT Telemetry Installation - All telemetry electrical and associated mechanical/configuration work
OT Automation - All systems integration and associated electrical/mechanical/configuration work
OT Consultancy/Resourcing (across a matrix of roles)
II.1.5) Estimated total value
Value excluding VAT:
81 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
OT Telemetry Installation
II.2.2) Additional CPV code(s)
32440000
45310000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
OT Telemetry Installation - All telemetry electrical and associated mechanical/configuration work
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
44 400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
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
Lot No: 2
II.2.2) Additional CPV code(s)
32440000
45310000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
OT Automation - All systems integration and associated electrical/mechanical/configuration work
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
30 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
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
Lot No: 3
II.2.2) Additional CPV code(s)
72220000
72230000
72265000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
OT Consultancy/Resourcing, roles listed below as an indication of the scope
OT Solution architect
OT Programme Manager
Senior OT Project Manager
OT Project Manager
OT Network Engineer (remote only)
OT Configuration Engineer (GeoSCADA/Ignition/RTU)
OT Software Developer
OT Cyber Security Architect/Consultant Resources
IloT Architects and developers
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Applicants will be assessed in accordance with the Utilities Contract Regulations 2016 on the basis of information provided in Applicants tender responses.
Anglian Water Services 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 such a credit rating is not met (or where they do not have a D&B rating, an equivalent rating from another rating agent) the bidder will be disqualified from the process. By participating,you agree to this requirement.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
2023/S 000-024240
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/02/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
High Court
High Court, Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 20779476000
VI.5) Date of dispatch of this notice
21/12/2023