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