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
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
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