Scope
Reference
PA 2024 1234
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
Contract 1
Suppliers (3)
Contract value
- £117,000,000 excluding VAT
- £140,400,000 including VAT
Above the relevant threshold
Award decision date
9 September 2025
Date assessment summaries were sent to tenderers
11 September 2025
Standstill period
- End: 22 September 2025
- 8 working days
Earliest date the contract will be signed
23 September 2025
Contract dates (estimated)
- 1 October 2025 to 30 September 2027
- Possible extension to 30 September 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
Options
The right to additional purchases while the contract is valid.
This is a framework agreement with multiple call off contracts to be awarded over the period of the framework.
CPV classifications
- 38422000 - Level-measuring equipment
Contract locations
- UKH - East of England
Submission
Submission type
Requests to participate
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Suppliers
METASPHERE LIMITED
- Companies House: 05673888
- Public Procurement Organisation Number: PZRD-2636-JYBM
Millfield
Tadworth
KT20 7TD
United Kingdom
Email: sales@metasphere.co.uk
Website: http://www.metasphere.co.uk
Region: UKJ26 - East Surrey
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
TECHNOLOG LIMITED
- Companies House: 01574170
- Public Procurement Organisation Number: PDZR-8485-TTJR
Technolog House, Ravenstor Road
Matlock
DE4 4FY
United Kingdom
Email: technolog@technolog.com
Website: http://www.technolog.com
Region: UKF13 - South and West Derbyshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
UDLIVE LIMITED
- Companies House: 10556479
- Public Procurement Organisation Number: PPJW-5834-PBJM
The Barn
Alton
GU34 1QL
United Kingdom
Email: info@udlive.io
Website: https://www.udlive.io/
Region: UKJ36 - Central Hampshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Contracting authority
ANGLIAN WATER SERVICES LIMITED
- Companies House: 02366656
- Public Procurement Organisation Number: PMZW-7779-DCNZ
Lancaster House Lancaster Way
Huntingdon
PE29 6XU
United Kingdom
Region: UKH12 - Cambridgeshire CC
Organisation type: Private utility