Tender

Sewer Network Monitoring - Mass Deployment Flow and Level Sensors

  • ANGLIAN WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-011413

Procurement identifier (OCID): ocds-h6vhtk-03c272

Published 20 April 2023, 5:37pm



Section one: Contracting entity

one.1) Name and addresses

ANGLIAN WATER SERVICES LIMITED

Lancaster House Lancaster Way,Ermine Business Park

HUNTINGDON

PE296XU

Contact

Judith Doyle-Lawson

Email

jdoyle-laws@anglianwater.co.uk

Telephone

+44 7802857160

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Companies House

02366656

Internet address(es)

Main address

https://www.anglianwater.co.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=559385&ccsum=68ae10369957bf472a4587cde62208ef

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Sewer Network Monitoring - Mass Deployment Flow and Level Sensors

Reference number

2023-0797

two.1.2) Main CPV code

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.1.3) Type of contract

Supplies

two.1.4) Short description

Anglian Water Services Ltd (Anglian Water) is undertaking a Procurement Exercise for the Supply of Sewer Network Monitoring Sensors.

We are seeking sewer monitoring network level sensor remote telemetry units and flow sensor remote telemetry units which will enable us to proactively address blockages and pollution events including potential for high spilling CSO locations by being paired with a visualisation platform (separate procurement exercise).

What Sensors?

Our procurement exercise separately addresses and assesses Flow Sensors (Lot 1) and Level Sensors (Lot 2). Bidders are welcome to tender for one or both Lots.

Flow Sensors meaning a single device which is installed below ground level and is capable of measuring flow of water, sewage or sludge, with telemetry capability to remotely transmit flow data.

Level Sensors meaning a single device which is installed below ground level and is capable of measuring the level of water, sewage or sludge, with telemetry capability to remotely transmit flow data.

All sensors must be suitable for deployment within the sewer network. Bidders must me mindful of turbidity and ragging.

The Equipment and Protective Systems Intended for Use in Potentially Explosive Atmospheres Regulations 2016, UKSI 2016:1107 is a must have for some, not all, locations within our sewer network.

The Opportunity

We anticipate spending approximately £9 million throughout the contract period of 7 years. This includes:

1. Acquisition of ~20,000 Sewer Network Sensors

2. Acquisition of replacement Sewer Network Monitors

3. Acquisition of replacement Batteries

4. Data and digital / telemetry services

5. Collection / delivery and disposal.

Not included in this procurement exercise are:

1. Installation, maintenance and replacement of sensors

2. Visualisation platform with analytics.

We expect to buy the in the region of 20,000 sewer network monitoring sensors in the first two years of the agreement. Demand plans will be discussed with Bidders at RFP stage.

Installation, maintenance and replacement of sensors will be done by Anglian Water or a 3rd party delivery route.

Anglian Water is separately advertising the opportunity to provide an agnostic visualisation platform with analytics.

Submissions are welcomed from capable suppliers of Flow Sensors (Category 1) and / or Level Sensors (Category 2).

This is a multiple supplier framework for which we expect to contract with a minimum of 2 Suppliers per Lot.

What are we looking for?

Capable suppliers offering "off the shelf" devices which are quick and simple to install, are maintenance free.

Robust sensors and brackets suitable for deployment in our sewer network, as fully described in our Specification document.

Right first time deployment. Some locations will have low cellular strength. Training to ensure successful deployment and operation including the provision of manuals.

A "no quibble" warranty covering all aspects of the bracket and sensor with quick delivery of a replacement device. We are content to exclude the potential of accidental damage caused by jetting.

Capable suppliers who can help minimise our environmental impact through device and battery longevity, and repair / reuse / recycle systems.

Delivery of Sensors to selected staffed goods inward / logistics centres. At times delivery of small volume replacements may be direct to our sites; these will also be staffed.

Bidders who have ideas and wish to work with Anglian Water to explore possibilities and help attain our strategic business goals.

What are we offering?

The opportunity to become a valued supplier and supply partner to Anglian Water.

A contract period of up to 7 years.

A total contract value of around £9 million awarded to multiple suppliers. Within this our projected spend split is 10% Flow and 90% Level.

The opportunity to make a real difference to people's lives and environment by reducing pollution and flooding incidents.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Flow Devices

Lot No

1

two.2.2) Additional CPV code(s)

  • 38421000 - Flow-measuring equipment

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Purchase of Goods with license (software as a service)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Level Devices

Lot No

2

two.2.2) Additional CPV code(s)

  • 38422000 - Level-measuring equipment

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Purchase of Goods with license (software as a service)

Anglian Water Services Ltd (Anglian Water) is undertaking a Procurement Exercise for the Supply of Sewer Network Monitoring Sensors.

We are seeking sewer monitoring network level sensor remote telemetry units and flow sensor remote telemetry units which will enable us to proactively address blockages and pollution events including potential for high spilling CSO locations by being paired with a visualisation platform (separate procurement exercise).

What Sensors?

Our procurement exercise separately addresses and assesses Flow Sensors (Lot 1) and Level Sensors (Lot 2). Bidders are welcome to tender for one or both Lots.

Flow Sensors meaning a single device which is installed below ground level and is capable of measuring flow of water, sewage or sludge, with telemetry capability to remotely transmit flow data.

Level Sensors meaning a single device which is installed below ground level and is capable of measuring the level of water, sewage or sludge, with telemetry capability to remotely transmit flow data.

All sensors must be suitable for deployment within the sewer network. Bidders must me mindful of turbidity and ragging.

The Equipment and Protective Systems Intended for Use in Potentially Explosive Atmospheres Regulations 2016, UKSI 2016:1107 is a must have for some, not all, locations within our sewer network.

The Opportunity

We anticipate spending approximately £9 million throughout the contract period of 7 years. This includes:

1. Acquisition of ~20,000 Sewer Network Sensors

2. Acquisition of replacement Sewer Network Monitors

3. Acquisition of replacement Batteries

4. Data and digital / telemetry services

5. Collection / delivery and disposal.

Not included in this procurement exercise are:

1. Installation, maintenance and replacement of sensors

2. Visualisation platform with analytics.

We expect to buy the in the region of 20,000 sewer network monitoring sensors in the first two years of the agreement. Demand plans will be discussed with Bidders at RFP stage.

Installation, maintenance and replacement of sensors will be done by Anglian Water or a 3rd party delivery route.

Anglian Water is separately advertising the opportunity to provide an agnostic visualisation platform with analytics.

Submissions are welcomed from capable suppliers of Flow Sensors (Category 1) and / or Level Sensors (Category 2).

This is a multiple supplier framework for which we expect to contract with a minimum of 2 Suppliers per Lot.

What are we looking for?

Capable suppliers offering "off the shelf" devices which are quick and simple to install, are maintenance free.

Robust sensors and brackets suitable for deployment in our sewer network, as fully described in our Specification document.

Right first time deployment. Some locations will have low cellular strength. Training to ensure successful deployment and operation including the provision of manuals.

A "no quibble" warranty covering all aspects of the bracket and sensor with quick delivery of a replacement device. We are content to exclude the potential of accidental damage caused by jetting.

Capable suppliers who can help minimise our environmental impact through device and battery longevity, and repair / reuse / recycle systems.

Delivery of Sensors to selected staffed goods inward / logistics centres. At times delivery of small volume replacements may be direct to our sites; these will also be staffed.

Bidders who have ideas and wish to work with Anglian Water to explore possibilities and help attain our strategic business goals.

What are we offering?

The opportunity to become a valued supplier and supply partner to Anglian Water.

A contract period of up to 7 years.

A total contract value of around £9 million awarded to multiple suppliers. Within this our projected spend split is 10% Flow and 90% Level.

The opportunity to make a real difference to people's lives and environment by reducing pollution and flooding incidents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Compliance with Contracting Principles, Technical Specification, Cyber Security, KPMs as detailed in the procurement event documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 May 2023

Local time

11:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 24 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Anglian Water Services

Huntingdon

Country

United Kingdom