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
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