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 Award Notice

Borehole Pumps

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-04ac24
Published by:
ANGLIAN WATER SERVICES LIMITED
Authority ID:
AA80888
Publication date:
28 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supply of pumps designed for the abstraction of potable water from Boreholes (borehole pumps). Anglian Water's borehole pump duties range from 3l/s to 212l/s and 10m/h to 210m/h.

To supply DWI (Drinking Water Inspectorate) compliant borehole pumps for new schemes and replacement pumps with options for installation, commissioning and repair services supporting the Anglian Water Groundwater Team and strategic partners / delivery routes.

The primary business unit acquiring borehole pumps has seen demands in the magnitude of 4-8 borehole pumps per month. This may be considered an indicative volume. Anglian Water does not guarantee pump volumes through the proposed period.

All pumps must conform to WIMES specifications (including any Anglian Water specific edits.

All pumps must comply to ISO9906:2012 Grade 1B, 1E or 1U or Grades 2B and 2U; no negative tolerance on pump and motor combined efficiency.

Delivery of pumps is deemed a Health and Safety high risk activity. Bidders must hold Achilles UVDB Verify B or ISO45001.

Bidders must evidence compliance with DWI regulations including certification of materials in contact and management of their processes around renewal of such certificates.

Bidders are expected to evidence CDM Designer competence.

Bidders are expected to know and evidence their environmental impact / sustainability and pump's carbon footprint.

Bidders are expected to evidence development road maps.

Anglian Water uses SAP Ariba and actively increasing purchasing coverage using SAP Ariba Guided Buying. The successful Bidders will commit to actively engaging, developing and using SAP Ariba with Anglian Water's Procurement Systems team.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

ANGLIAN WATER SERVICES LIMITED

02366656

Lancaster House Lancaster Way

Huntingdon

PE296XU

UK

Contact person: Amanda King

E-mail: aking@anglianwater.co.uk

NUTS: UKH12

Internet address(es)

Main address: www.anglianwater.co.uk

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Borehole Pumps

II.1.2) Main CPV code

42122130

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The supply of pumps designed for the abstraction of potable water from Boreholes (borehole pumps). Anglian Water's borehole pump duties range from 3l/s to 212l/s and 10m/h to 210m/h.

To supply DWI (Drinking Water Inspectorate) compliant borehole pumps for new schemes and replacement pumps with options for installation, commissioning and repair services supporting the Anglian Water Groundwater Team and strategic partners / delivery routes.

The primary business unit acquiring borehole pumps has seen demands in the magnitude of 4-8 borehole pumps per month. This may be considered an indicative volume. Anglian Water does not guarantee pump volumes through the proposed period.

All pumps must conform to WIMES specifications (including any Anglian Water specific edits.

All pumps must comply to ISO9906:2012 Grade 1B, 1E or 1U or Grades 2B and 2U; no negative tolerance on pump and motor combined efficiency.

Delivery of pumps is deemed a Health and Safety high risk activity. Bidders must hold Achilles UVDB Verify B or ISO45001.

Bidders must evidence compliance with DWI regulations including certification of materials in contact and management of their processes around renewal of such certificates.

Bidders are expected to evidence CDM Designer competence.

Bidders are expected to know and evidence their environmental impact / sustainability and pump's carbon footprint.

Bidders are expected to evidence development road maps.

Anglian Water uses SAP Ariba and actively increasing purchasing coverage using SAP Ariba Guided Buying. The successful Bidders will commit to actively engaging, developing and using SAP Ariba with Anglian Water's Procurement Systems team.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

II.2.2) Additional CPV code(s)

42122130

II.2.3) Place of performance

NUTS code:

UKH

II.2.4) Description of the procurement

The major requirement is for the supply and delivery of DWI (Drinking Water Inspectorate) compliant borehole pumps for new schemes and replacement pumps with options for installation, commissioning and repair services.

All pumps must conform to WIMES specifications (including any Anglian Water specific edits.

All pumps must comply to ISO9906:2012 Grade 1B, 1E or 1U or Grades 2B and 2U; no negative tolerance on pump and motor combined efficiency.

Delivery of pumps is deemed a Health and Safety high risk activity. Bidders must hold Achilles UVDB Verify B or ISO45001.

Bidders must evidence compliance with DWI regulations including certification of materials in contact and management of their processes around renewal of such certificates.

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 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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-033129

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Caprari Pumps UK Ltd

02058811

Peterborough

UK

NUTS: UKH11

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice,Strand

London.

WC2A 2LL

UK

Telephone: +44 20779476000

VI.5) Date of dispatch of this notice

14/07/2025

Coding

Commodity categories

ID Title Parent category
42122130 Water pumps Pumps

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:
aking@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.