Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Operational Technology Services Framework

  • First published: 23 December 2023
  • Last modified: 23 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f4f1
Published by:
ANGLIAN WATER SERVICES LIMITED
Authority ID:
AA80888
Publication date:
23 December 2023
Deadline date:
09 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

OT Telemetry Installation - All telemetry electrical and associated mechanical/configuration work

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72230000 Custom software development services Software programming and consultancy services
45310000 Electrical installation work Building installation work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
72265000 Software configuration services Software-related services
72220000 Systems and technical consultancy services Software programming and consultancy services
32440000 Telemetry and terminal equipment Networks

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mculleton@anglianwater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.