Notice Information
Notice Title
Sewer Network Monitoring Sensors
Notice Description
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
Lot Information
Lot 1
Renewal: Subject to the satisfactory performance of the Supplier(s), Anglian Water may elect at its sole discretion to extend the Agreement(s) in whole or in part by 4 further periods of one year each or for any alternative periods and not expiring later than 6 years from the Effective Date.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04eb5a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/055662-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38422000 - Level-measuring equipment
Notice Value(s)
- Tender Value
- £117,000,000 £100M-£1B
- Lots Value
- £117,000,000 £100M-£1B
- Awards Value
- £117,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Sep 20255 months ago
- Submission Deadline
- 6 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Sep 20255 months ago
- Contract Period
- 30 Sep 2025 - 30 Sep 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ANGLIAN WATER SERVICES LIMITED
- Contact Name
- Not specified
- Contact Email
- suppliersupport@anglianwater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HUNTINGDON
- Postcode
- PE29 6XU
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLH East (England)
-
- Local Authority
- Huntingdonshire
- Electoral Ward
- Huntingdon North
- Westminster Constituency
- Huntingdon
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/055662-2025
11th September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008659-2025
11th March 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04eb5a-2025-09-11T09:54:04+01:00",
"date": "2025-09-11T09:54:04+01:00",
"ocid": "ocds-h6vhtk-04eb5a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PMZW-7779-DCNZ",
"name": "ANGLIAN WATER SERVICES LIMITED",
"identifier": {
"scheme": "GB-PPON",
"id": "PMZW-7779-DCNZ"
},
"address": {
"streetAddress": "Lancaster House Lancaster Way",
"locality": "Huntingdon",
"postalCode": "PE29 6XU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH12"
},
"contactPoint": {
"email": "suppliersupport@anglianwater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "privateUtility",
"description": "Private utility"
}
]
}
},
{
"id": "GB-COH-02366656",
"name": "ANGLIAN WATER SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02366656"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMZW-7779-DCNZ"
}
],
"address": {
"streetAddress": "Lancaster House Lancaster Way",
"locality": "Huntingdon",
"postalCode": "PE29 6XU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH12"
},
"contactPoint": {
"email": "suppliersupport@anglianwater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "privateUtility",
"description": "Private utility"
}
]
}
},
{
"id": "GB-COH-10556479",
"name": "UDLIVE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10556479"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPJW-5834-PBJM"
}
],
"address": {
"streetAddress": "The Barn",
"locality": "Alton",
"postalCode": "GU34 1QL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ36"
},
"contactPoint": {
"email": "info@udlive.io"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.udlive.io/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-01574170",
"name": "TECHNOLOG LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01574170"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDZR-8485-TTJR"
}
],
"address": {
"streetAddress": "Technolog House, Ravenstor Road",
"locality": "Matlock",
"postalCode": "DE4 4FY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF13"
},
"contactPoint": {
"email": "technolog@technolog.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.technolog.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05673888",
"name": "METASPHERE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05673888"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZRD-2636-JYBM"
}
],
"address": {
"streetAddress": "Millfield",
"locality": "Tadworth",
"postalCode": "KT20 7TD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ26"
},
"contactPoint": {
"email": "sales@metasphere.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.metasphere.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-02366656",
"name": "ANGLIAN WATER SERVICES LIMITED"
},
"tender": {
"id": "PA 2024 1234",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Sewer Network Monitoring Sensors",
"description": "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",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38422000",
"description": "Level-measuring equipment"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 140400000,
"amount": 117000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The following stages will form the basis of this competitive flexible procedure: 1. Request for Information (RFI) 2. Short-listing of suppliers 3. Request for Proposal (RFP) 4. Supplier Demonstrations 5. Negotiation of contract terms and pricing may take place from the point at which RFP submissions are received to Contract Award 6. Contract Award 7. Standstill 8. Contract signature 9. Contract start All details can be found in the tender documentation"
},
"mainProcurementCategory": "goods",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withoutReopeningCompetition",
"type": "closed",
"description": "All details are contained within the tender documentation. Bidders are required to complete a supplied Excel template with their proposed prices based on two bundle scenarios. Prices will be scored with the lowest price (unless abnormally low) being given the highest score. Contracts will be awarded on a Most Advantageous Tender basis."
}
},
"submissionMethodDetails": "Access to the Request for Information on-line event is available at the following website address: https://esourcing.scanmarket.com/publicevents/list?comId=3004&ccsum=57aa08f02740e2c172f509ae0fa4807a&type=all All interested parties must complete the Request for Information questionnaire before the deadline for requests to participate.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-04-13T23:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-04-06T23:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-09-18T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 140400000,
"amount": 117000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Qualitative Questionnaire",
"description": "Full breakdown of questionnaire provided in the tender documentation",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "All criteria are stated in the tender documentation",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2027-10-01T23:59:59+01:00",
"maxExtentDate": "2031-10-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Subject to the satisfactory performance of the Supplier(s), Anglian Water may elect at its sole discretion to extend the Agreement(s) in whole or in part by 4 further periods of one year each or for any alternative periods and not expiring later than 6 years from the Effective Date."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "008659-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008659-2025",
"datePublished": "2025-03-11T10:23:36Z",
"format": "text/html"
}
],
"riskDetails": "The geopolitical landscape, along with regulations from the Environment Agency and other governing bodies, may evolve, which may impact spend and / or the specification."
},
"language": "en",
"awards": [
{
"id": "1",
"status": "pending",
"date": "2025-09-09T00:00:00+01:00",
"value": {
"amountGross": 140400000,
"amount": 117000000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-10556479",
"name": "UDLIVE LIMITED"
},
{
"id": "GB-COH-01574170",
"name": "TECHNOLOG LIMITED"
},
{
"id": "GB-COH-05673888",
"name": "METASPHERE LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38422000",
"description": "Level-measuring equipment"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-09-22T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-01T00:00:00+01:00",
"endDate": "2027-09-30T23:59:59+01:00",
"maxExtentDate": "2031-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Subject to the satisfactory performance of the Supplier(s), Anglian Water may elect at its sole discretion to extend the Agreement(s) in whole or in part by 4 further periods of one year each or for any alternative periods and not expiring later than 6 years from the Effective Date."
},
"hasOptions": true,
"options": {
"description": "This is a framework agreement with multiple call off contracts to be awarded over the period of the framework."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "055662-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055662-2025",
"datePublished": "2025-09-11T09:54:04+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-11T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-09-23T23:59:59+01:00",
"status": "scheduled"
}
]
}
]
}