A Dynamic Purchasing System for the Provision of Apprenticeship Levy Training Services to Anglian Water, identified in the Contract Notice under a Dynamic Purchasing System (DPS). The DPS is to remain running for a 5-year period and will end December 2027.
A Dynamic Purchasing System for the Provision of Apprenticeship Levy Training Services to Anglian Water, identified in the Contract Notice under a Dynamic Purchasing System (DPS). The DPS is to remain running for a 5-year period and will end December 2027.
A Dynamic Purchasing System for the Provision of Apprenticeship Levy Training Services to
Anglian Water, identified in the Contract Notice under a Dynamic Purchasing System (DPS).
Applications to participate with the DPS can be made via the online sourcing event below. https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509 ae0fa4807a/all
The publishing of this Contract Notice is to communicate the Invitiation to participate with the DPS, which is to remain running for a 5-year period and will end December 2027.
The scope is for Examination, Testing & Certification of Lifting Equipment, Pressure Vessels, Local Exhaust Ventilation Systems and General Ventilation Systems, Crane Maintenance and
Minor Remedials, Installations & Purchases of Lifting Equipment. Anglian Water has approximately 39,000 assets that need to be tested every 6 or 12 months, plus remedial works that need to be carried out on some of these assets.
Anglian Water is looking to procure a satellite technology solution to positively detect the loss of waste water from underground pipes across large rural geographical landscape and urban development areas. The technology must be able to easily identify different water sources, however the primary focus is the ability to distinguish between ground water and sewage water, and it needs to present enough accuracy to initiate minimum on-ground investigations.
Under the Habitat Directive (HD), and in association with the Chemical Investigations Programme 4 (CIP4), Special Sites of Scientific Interest (SSSI) and Marine Conservation Zone (MCZ) drivers, Anglian Water is required to investigate the impacts of nutrients from its operations on receiving transitional and coastal (TraC) waterbodies and protected areas. Estuarine sampling is required at three target estuaries within the scope of the investigation (Wash, Stour and Orwell, Blackwater).
These sample events should include:
• Routine water quality and sediment sampling, in order to collect water quality and supporting data over the annual cycle.
• Tidal vertical profile surveys, in order to collect water quality and supporting data across a tidal cycle.
• Long-term (30-day) temperature/salinity sonde deployments.
Supplier will be expected to undertake / provide the following:
• Estuary water quality sampling (monthly), to provide data across an annual cycle (12 months)
• Estuary sediment sampling (monthly), to provide data across an annual cycle (12 months)
• Estuary tidal profile sampling (four per sampling location), to provide data across a tidal cycle
• Effective sample transportation for laboratory analysis within specified stability requirements.
• Conductivity, Temperature, Depth Profile (CTD) to provide temperature/salinity data, including measurement of local turbidity, during all sampling events.
• Temperature and salinity sonde deployment (30-day) at fixed locations.
• Provision of quality assured data (where appropriate) and survey reporting at critical milestones.
Critical Dates for delivery of the Project (based on current assumptions and may be adjusted as needed)
a) Project Plan agreed and sampling programme commencement date to be confirmed
c) By 30th September 2025 - confirmation of successful first sampling event and transport to analytical laboratory
d) Monthly thereafter - client progress meetings and confirmation of performance management measures to ensure programme is met
e) By 31st March 2026 - provision of interim survey report and quality assured dataset for initial 6 months of the sampling programme
f) By 30th April 2026 - support Anglian Water with achieving regulatory approval for model development phase by provision of any supplementary information relating to the sampling programme
g) By 30th September 2026 - provision of final survey report and associated quality assured dataset for 12 months of the sampling programme.
h) All Services completed by 1 October 2026
Under the Habitat Directive (HD), and in association with the Chemical Investigations Programme 4 (CIP4), Special Sites of Scientific Interest (SSSI) and Marine Conservation Zone (MCZ) drivers, Anglian Water is required to investigate the impacts of nutrients from its operations on receiving transitional and coastal (TraC) waterbodies and protected areas. Estuarine sampling is required at three target estuaries within the scope of the investigation (Wash, Stour and Orwell, Blackwater).
These sample events should include:
• Routine water quality and sediment sampling, in order to collect water quality and supporting data over the annual cycle.
• Tidal vertical profile surveys, in order to collect water quality and supporting data across a tidal cycle.
• Long-term (30-day) temperature/salinity sonde deployments.
Supplier will be expected to undertake / provide the following:
• Estuary water quality sampling (monthly), to provide data across an annual cycle (12 months)
• Estuary sediment sampling (monthly), to provide data across an annual cycle (12 months)
• Estuary tidal profile sampling (four per sampling location), to provide data across a tidal cycle
• Effective sample transportation for laboratory analysis within specified stability requirements.
• Conductivity, Temperature, Depth Profile (CTD) to provide temperature/salinity data, including measurement of local turbidity, during all sampling events.
• Temperature and salinity sonde deployment (30-day) at fixed locations.
• Provision of quality assured data (where appropriate) and survey reporting at critical milestones.
Critical Dates for delivery of the Project :
a) Project Plan agreed and sampling programme commencement date to be confirmed
c) By 30th September 2025 - confirmation of successful first sampling event and transport to analytical laboratory
d) Monthly thereafter - client progress meetings and confirmation of performance management measures to ensure programme is met
e) By 31st March 2026 - provision of interim survey report and quality assured dataset for initial 6 months of the sampling programme
f) By 30th April 2026 - support Anglian Water with achieving regulatory approval for model development phase by provision of any supplementary information relating to the sampling programme
g) By 30th September 2026 - provision of final survey report and associated quality assured dataset for 12 months of the sampling programme.
h) All Services completed by 1 October 2026
Cost c. £1.8m subject to change based upon any changes to the requirements of the Regulator
A Dynamic Purchasing System for the Provision of Apprenticeship Levy Training Services to Anglian Water, identified in the Contract Notice under a Dynamic Purchasing System (DPS).
Applications to participate with the DPS can be made via the online sourcing event below.
https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
The publishing of this Contract Notice is to communicate the Invitiation to participate with the DPS, which is to remain running for a 5-year period and will end December 2027.
To Secure a sustainable and reliable source of on-site fuel and associated products to
Operational sites, including HVO. There will be a single supplier for supply of onsite fuel with
the inclusion of monitors for all tanks to enable effective delivery schedules.
Gas Oil BS2869:2017 classed as BS2869 Class A2 & D
Kerosene BS2869 (2) (c)
Ultra-Low Sulphur Diesel BSEN590
Unleaded BS EN 228
Page 2 to 6
Engine Oil BS ISO 6743-15:2007
HVO standard EN 15940 and the Fuel Quality Directive 2009/30/EC Annex II.
Adblue DIN 70070 and CEFIC AUS 32
Anglian Water Services (AWS) Limited intends to award multiple framework agreement(s) for the supply of battery powered sewer level monitoring devices and sewer derived flow level monitoring devices with communications to cloud based data centre via MQTT or HTTPS being utilised if MQTT is not available. It is estimated that Anglian Water may require the supply of circa 50-60,000 such devices over AMP8 (2025 - 2030). Delivery will be required to any location within the Anglian Water region.
Provision of a platform to visualise data produced by the devices and metadata must be included. Provision of data and licensing must be also included for the life of the devices.
Provision of a 3rd party visualisation and analytical tool / platform to ingest API link data is outside the scope.
On-site services such as installation and maintenance will be carried out by Anglian Water or a 3rd party delivery route and are therefore also outside the scope of this framework.
All monitoring sensor devices must be suitable for deployment within the sewer network. Bidders must be mindful of the harsh environments that these monitoring sensor devices will be installed in.
The Equipment and Protective Systems Intended for Use in Potentially Explosive Atmospheres Regulations 2016, UKSI 2016:1107 is a requirement for some locations within Anglian Water's sewer network.
The combined monitoring sensor device and platform solutions should support the following communications medium and protocols:
• At least one of the following primary methods of communicating back to data collection servers must be either 4G or CAT1 BIS
• Serial Comms, Bluetooth or equivalent for local use. Bluetooth must communicate through closed heavy duty (cast, ductile and / or galvanised iron) manhole covers at a range of up to 3 metres.
• Communications to cloud based data centre via MQTT or HTTPS being utilised if MQTT is not available.
• All devices must support a minimum of at least one form of fall-back safety communication protocol from the following: 4G/2G/ CAT1 BIS.
• Devices need to contain a roaming SIM that allows the SIM network to switch from one provider to another - e.g. EE to O2.
Options for external antennas should be provided. All monitoring sensor devices must have the ability to identify signal strength for installation purposes and log the signal strength at the successful transmission time.
Level data shall be exported into third party systems through REST API or file export.
The solution should comply with the following key elements of the specification:
1. 15-minute logging intervals minimum frequency (adjustable from proprietary platform)
2. Range must cover 50mm to >3000mm
3. Ability to Report on Exception. (see 4.8)
4. Minimum Twice daily dial up or exception (adjustable from proprietary platform)
5. Minimum requirement of 5-year battery life (Based on above requirements)
6. Ability to remotely apply false signal suppression
7. Continuous flow measurement principle
8. Easy to install and commissioning
Anglian Water Services Ltd (Anglian Water) undertook a Procurement Exercise for the Supply of Sewer Network Monitoring Sensors.
We were seeking sewer monitoring network level sensor remote telemetry units and flow sensor remote telemetry units which 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 addressed and assessed Flow Sensors (Lot 1) and Level Sensors (Lot 2). Bidders were 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 are suitable for deployment within the sewer network, 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.
A Dynamic Purchasing System for the Provision of Apprenticeship Levy Training Services to Anglian Water, identified in the Contract Notice under a Dynamic Purchasing System (DPS).
Applications to participate with the DPS can be made via the online sourcing event below.
https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
The publishing of this Contract Notice is to communicate the Invitiation to participate with the DPS, which is to remain running for a 5-year period and will end December 2027.
Anglian Water Services Limited (AWS Ltd) requires consultancy services for the identification, design support, and design of clean water efficiency and optimisation projects that deliver savings across the whole of the AWS Ltd region. Services to be provided in 1 or more of the following areas:
Process Efficiency including aeration systems
Chemical Efficiency
Energy Efficiency including pump control, pump efficiency and pump optimisation
Efficient Use of Assets including green solutions that reduce our carbon emissions and HVAC optimisation
It is expected that the contracted entities will have in-depth process knowledge of their selected areas. The contract period is 8 years.
Anglian Water Services Ltd ("Anglian Water") is assessing future delivery models for Nitrate Removal Solutions as part of its ongoing commitment to delivering high-quality drinking water and meeting stringent environmental regulations. Effective nitrate removal is critical to maintaining compliance and protecting water quality across our supply regions.
Nitrate levels in source waters across the UK are rising, creating an urgent need for advanced, innovative solutions to ensure safe drinking water for millions. To tackle this challenge, Anglian Water is launching a major investment programme to enhance and upgrade Ion Exchange plants (IX) across the region.
Currently, these IX plants generate brine waste, which is discharged via 3 different routes:
Tankered and discharged to a number of Water Recycling Centres (WRCs),
To Foul Sewer (discharging into our Water Recycling Centres) via AW 'Internal [trade effluent] Permits
Direct discharges to river/sea where Permits are in place for this.
However, Anglian Water is committed to driving efficiency, sustainability, and delivering better value for its customers. That's why we are seeking forward-thinking partners to help revolutionise the future of water treatment.
We are looking for innovative alternatives including Ion Exchange technology that offer greater efficiency and cost-effectiveness. In addition, due to increased brine production in AMP8 and beyond we want to explore new resource recovery methods for brine waste, reducing environmental impact and unlocking valuable opportunities.
Provision of Tankering services for planned and emergency work plus Tankering support during any incidents. This would mean provision of larger numbers of tankers at very short notice. Tankering can be anywhere across the Anglian Water region and an estimated annual spend of approx £16 m. All awarded companies are awarded to collaborate to promote efficiencies.
Please note, this a revised UK6 notice for this procurement process. The original UK6 incorrectly detailed the process as an open framework which it was not. We have awarded a framework under 4 lots, using the competitive flexible procedure.
The previous notice is 2025/S 000-085005 and all other details on this notice are correct.
As a result of publishing a revised notice, this new notice shows incorrect dates, as it could not be published with retrospective dates. The dates on the original notice listed above are correct. Please ignore the dates in this notice. All other details are correct.
To summarise the above -
. The original notice and its contents were correct except the categorising the framework as 'open'. It was not.
. The new notice is also correct except the dates need to be taken from the original notice.
All other content in the notices will be the same in both.
Anglian Water Services (AWS) WRMP24 has identified significant challenges for the East of England, primarily due to a forecasted reduction in available supply of potable water and an increase in the demand forecast. Without intervention, a daily shortfall of 593 megalitres (Ml) of water is estimated by 2050, which equates to approximately half of the current volume of water entering the network.
As a result, two desalination plants have been identified as part of the Adaptive Plan to address the shortfall in Norfolk and Lincolnshire. Both desalination plants will abstract and desalinate seawater from the North Sea. Initial design assumptions are that the desalination plant will include pre-treatment, reverse osmosis, and remineralisation, before the treated water is blended and pumped into supply and the brine waste is discharged via a long outfall to sea.
Desalination is a new technology for Anglian Water, therefore we do not have sufficient experience within the business and expertise is limited within our usual supply chain.
This was a tender exercise to procure up to two Desalination Technical Partners to support us in the development stages for both sites.
We awarded to two partners - a Primary Partner and a Secondary Partner.
The Primary Partner will be awarded the minimum scope of work for both sites and any additional work over and above this is to be awarded at Anglian Waters discretion. As a result even though the tender notice value is £29m (ex VAT), the Primary Partner is only guaranteed the minimum scope spend, estimated to be £4.7m.
The Secondary partner will play a vital role in strengthening the overall framework by providing resilience and continuity.
The Primary and Secondary Partners are both joint ventures, as per the below ;
Primary -
Tyspa Limited & Stantec UK Limited
(Bid submitted by Typsa, through Anglian Waters online portal, on behalf of the joint venture)
Secondary -
RSK Environment Limited & Gutteridge, Haskins & Davey Limited
(Bid submitted by Binnies, through Anglian Waters online portal, on behalf of the joint venture. Binnies is a subsidiary of RSK Environment Limited)
Please note, due to the formatting of this notice the two successful joint ventures are showing as 4 suppliers. This is because we have the two contracting entities listed per venture.
Anglian Water Services (Anglian Water) is looking to put in place a framework with a single entity, comprising a single supplier or multiple suppliers, who can provide programme delivery partner services to support the delivery of their business plans over the next 15 years including, but not limited to, its capital delivery programme and Strategic Resource Options (SRO).
The full scope of services can be found within the procurement documents and accessed via the Scanmarket link in Section I.3.
All suppliers who wish to participate in this procurement must register through Scanmarket, Anglian Water's e-sourcing portal using the link below:
https://esourcing.scanmarket.com/Events/PublicEvents/3004/57aa08f02740e2c172f509ae0fa4807a/all
A launch event will be taking place online on Thursday 21 November 2024 at 9am. Joining details will be shared with all suppliers who have registered their interest on Scanmarket by 4pm on Wednesday 20 November 2024. Those registering their interest after this date will be provided with a full recording of the event. Please note that non-participation in the launch event will not preclude any supplier from bidding into this opportunity.