Tender

Borehole Pumps

  • ANGLIAN WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-033129

Procurement identifier (OCID): ocds-h6vhtk-04ac24

Published 15 October 2024, 12:41pm



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

Email

jdoyle7@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/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Borehole Pumps

two.1.2) Main CPV code

  • 42122130 - Water pumps

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

We expect the majority of pumps to be delivered to Anglian Water's Groundwater Engineering Depot (NR17 1PZ).

two.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.

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: £8,000,000

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

Duration in months

96

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: 4

Objective criteria for choosing the limited number of candidates:

The information is provided in our Bidder Guidance Document within the RFI and RFP.

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.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

Applicants will be assessed in accordance with the Utilities Contract Regulations 2016 on the basis of information provided in Applicants tender responses.


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: 4

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Framework period shall be 8 years.

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

21 November 2024

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: 15 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Anglian Water does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.

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 post award.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice,

Strand

London

WC2A 2LL

Telephone

+44 20779476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Anglian Water will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by Anglian Water as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Utilities Contracts Regulations 2016 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).