Section one: Contracting entity
one.1) Name and addresses
ANGLIAN WATER SERVICES LIMITED
Lancaster House Lancaster Way,Ermine Business Park
HUNTINGDON
PE296XU
Contact
Siobhan Seymour
Telephone
+44 7802856857
Country
United Kingdom
NUTS code
UKH12 - Cambridgeshire CC
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
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
Ancillary, Contributing Area and Flow Surveys
Reference number
PA 2021 0296
two.1.2) Main CPV code
- 90491000 - Sewer survey services
two.1.3) Type of contract
Services
two.1.4) Short description
Anglian Water require the following scope of services across the region.
Lot A Ancillary (Manhole and Pumping Station and other surveys as required)
Lot B Contributing Area Surveys (CAS)
Lot C Flow Surveys
The intention is to award between two and four suppliers for each surveying activity/ lot.
The proposed contract term is a three year initial fixed term, with the potential to extend for a further five years.
two.1.5) Estimated total value
Value excluding VAT: £1,249,600
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
Ancillary (Manhole and Pumping Station and other surveys as required)
Lot No
1
two.2.2) Additional CPV code(s)
- 90491000 - Sewer survey services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Throughout the entire Anglian Water Region.
two.2.4) Description of the procurement
Lot A Ancillary (Manhole and Pumping Station and other surveys as required)
Ancillary surveys consist of measuring specific asset parameters such as depth, diameter, pump rate etc. They are typically required when drainage system records are poor or missing. The information is used to update the hydraulic models which are then used for various projects - detailed solution design, investigations, root cause analysis and so on.
* Other surveys on occasion are requested. For example, a balancing tank survey or a storage channel survey. These surveys are included in the scope of a Manhole or Pumping Station Surveys, but not always requested or needed and are referenced in the specification)
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: £937,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The proposed contract term is a three year initial fixed term, with the potential to extend for a further five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an initial three year term and the contract with the potential to extend for a further five years, or variation on five years, with a no longer than eight year term.
two.2) Description
two.2.1) Title
Contributing Area Surveys (CAS) - Lot B
Lot No
2
two.2.2) Additional CPV code(s)
- 90491000 - Sewer survey services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
The scope of this Lot will be required across the entire Anglian Water region.
two.2.4) Description of the procurement
Contributing Area Surveys are undertaken to understand how networks perform during periods of rainfall and to produce calibrated hydraulic models. They consist of visual observation of where the roof drainage is connected and where necessary undertaking a sound test to establish connectivity. When rainwater enters the foul sewer network it can cause excessive flows in pumping stations and treatment works. This may cause polluted sewage to overflow into streams or possibly within a residential property. The first step in reducing the storm flows within a catchment is to identify where storm water sewers are separate from foul, and those areas which are combined into the one system.
The data provided from the survey can enable decisions on making changes to the network with the outcome of reducing stress and possible incidents of sewage overflow /flooding.
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: £312,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The proposed contract term is a three year initial fixed term, with the potential to extend for a further five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an initial three year term and the contract with the potential to extend for a further five years, or variation on five years, with a no longer than eight year term.
two.2) Description
two.2.1) Title
Flow Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 90491000 - Sewer survey services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Across the entire Anglian Water region.
two.2.4) Description of the procurement
Flow surveys are needed in order to record actual flow data at critical locations of the sewer system. They consist of installing sensors for measuring and recording the flow depth and velocity in sewers. The information is then used to calibrate and verify the hydraulic models so that the simulated performance matches the observed flows. The verified models support decision making about improvements to the network, efficiencies and cost saving
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: £312,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The proposed contract term is a three year initial fixed term, with the potential to extend for a further five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an initial three year term and the contract with the potential to extend for a further five years, or variation on five years, with a no longer than eight year term.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
For further details see tender documentation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
For further details see tender documentation.
three.1.3) Technical and professional ability
List and brief description of selection criteria
For further details see tender documentation.
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
For further details see tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2022
Local time
11:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Anglian Water Services
Queens Walk, 67 Queens Walk
PETERBOROUGH
PE2 9AN
Telephone
+44 7802856857
Country
United Kingdom