Tender

Sewer Network Monitoring Sensors

  • ANGLIAN WATER SERVICES LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-008659

Procurement identifier (OCID): ocds-h6vhtk-04eb5a

Published 11 March 2025, 10:23am



Scope

Reference

PA 2024 01234

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 -

Commercial tool

Establishes a framework

Total value (estimated)

  • £117,000,000 excluding VAT
  • £140,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 October 2025 to 1 October 2027
  • Possible extension to 1 October 2031
  • 6 years

Description of possible extension:

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.

Main procurement category

Goods

CPV classifications

  • 38422000 - Level-measuring equipment

Contract locations

  • UKH - East of England

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation 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.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

6 April 2025, 11:00pm

Submission type

Requests to participate

Deadline for requests to participate

13 April 2025, 11:00pm

Submission address and any special instructions

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.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 September 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Qualitative Questionnaire

Full breakdown of questionnaire provided in the tender documentation

Quality 70%
Price Price 30%

Other information

Description of risks to contract performance

The geopolitical landscape, along with regulations from the Environment Agency and other governing bodies, may evolve, which may impact spend and / or the specification.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

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


Contracting authority

ANGLIAN WATER SERVICES LIMITED

  • Public Procurement Organisation Number: PMZW-7779-DCNZ

Lancaster House Lancaster Way

Huntingdon

PE29 6XU

United Kingdom

Region: UKH12 - Cambridgeshire CC

Organisation type: Private utility