Tender

Operational Technology Services Framework

  • ANGLIAN WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-037753

Procurement identifier (OCID): ocds-h6vhtk-03f4f1

Published 21 December 2023, 4:48pm



Section one: Contracting entity

one.1) Name and addresses

ANGLIAN WATER SERVICES LIMITED

Lancaster House Lancaster Way,Ermine Business Park

HUNTINGDON

PE296XU

Contact

Meghan Culleton

Email

mculleton@anglianwater.co.uk

Country

United Kingdom

Region code

UKH - East of England

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Operational Technology Services Framework

Reference number

2023 1010

two.1.2) Main CPV code

  • 51110000 - Installation services of electrical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Operational Technology (OT) Services Framework

Operational technology (OT) is hardware and software that detects or causes a change, through the direct monitoring and/or control of industrial equipment, assets, processes and events.

This framework is looking:

OT Telemetry Installation - All telemetry electrical and associated mechanical/configuration work

OT Automation - All systems integration and associated electrical/mechanical/configuration work

OT Consultancy/Resourcing (across a matrix of roles)

two.1.5) Estimated total value

Value excluding VAT: £81,700,000

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

OT Telemetry Installation

Lot No

1

two.2.2) Additional CPV code(s)

  • 32440000 - Telemetry and terminal equipment
  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

OT Telemetry Installation - All telemetry electrical and associated mechanical/configuration work

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: £44,400,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 32440000 - Telemetry and terminal equipment
  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

OT Automation - All systems integration and associated electrical/mechanical/configuration work

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: £30,300,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services
  • 72265000 - Software configuration services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

OT Consultancy/Resourcing, roles listed below as an indication of the scope

OT Solution architect

OT Programme Manager

Senior OT Project Manager

OT Project Manager

OT Network Engineer (remote only)

OT Configuration Engineer (GeoSCADA/Ignition/RTU)

OT Software Developer

OT Cyber Security Architect/Consultant Resources

IloT Architects and developers

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: £7,000,000

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.2.10) 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.

Anglian Water Services Ltd will run a credit report on each bidder.

The successful bidder will be required to hold a credit rating produced from time to time by Dunn and Bradstreet showing a risk indicator of 1 or 2 (being low or lower than average risk). In the event such a credit rating is not met (or where they do not have a D&B rating, an equivalent rating from another rating agent) the bidder will be disqualified from the process. By participating,you agree to this requirement.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-024240

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

Date

9 February 2024

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

High Court

High Court, Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 20779476000

Country

United Kingdom