Scope
Reference
PRO005020
Description
At United Utilities, it is our commitment to supply great water to homes and businesses, removing and treating wastewater behind the scenes. We are developing our infrastructure in response to climate, population and lifestyle changes so we can deliver a service customers can rely on now and in the future. Section 82 mandates the continuous monitoring of water quality upstream and downstream of storm overflows and wastewater treatment assets, with the objective of improving transparency, compliance, and environmental outcomes. The CWQM programme is a major transformation initiative requiring significant investment in technology, installation capability, ecological and hydrological planning, and real-time data assurance. United Utilities requires a Supplier capable of delivering a robust monitoring solution that integrates with UU's existing telemetry, data platforms, operational processes, and regulatory reporting frameworks, ensuring accurate monitoring and near-real-time data availability. United Utilities are looking to procure the end-to-end delivery, operation, and assurance of Continuous Water Quality Monitoring (CWQM) across United Utilities' (UU's) waste water network, in accordance with the requirements of Section 82 of the Environment Act and the CWQM Interim Technical Standard, as updated from time to time. Under the Agreement, a CWQM Supplier shall provide all goods, works and services, including but not limited to: • All hardware, including sondes, remote telemetry units, batteries, fixings, kiosks and other installation options; • Design & Installation process including all associated works including all associated works required to install/maintain equipment such as (but not limited to): land clearance, civils work and surveys; • Data acquisition and provision; • Maintenance and calibration; • System integration with the Company's systems; • Reporting capabilities; and • Any other goods and services required to ensure continuous, accurate, reliable, and regulatory-compliant monitoring at designated upstream and downstream locations.
Total value (estimated)
- £127,200,000 excluding VAT
- £159,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 April 2027 to 4 April 2030
- Possible extension to 4 April 2037
- 10 years
Description of possible extension:
3 year initial term with extension of up to 7 years in any format.
Main procurement category
Services
Additional procurement category
Goods
CPV classifications
- 71700000 - Monitoring and control services
- 32441200 - Telemetry and control equipment
- 38810000 - Industrial process control equipment
- 45315300 - Electricity supply installations
- 48610000 - Database systems
- 50000000 - Repair and maintenance services
- 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
- 50433000 - Calibration services
- 51100000 - Installation services of electrical and mechanical equipment
- 51210000 - Installation services of measuring equipment
- 51230000 - Installation services of testing equipment
- 51900000 - Installation services of guidance and control systems
- 71352000 - Subsurface surveying services
- 71353000 - Surface surveying services
- 71355000 - Surveying services
- 71631440 - Flow-monitoring services
- 72313000 - Data capture services
- 72314000 - Data collection and collation services
- 72316000 - Data analysis services
- 72321000 - Added-value database services
- 90711500 - Environmental monitoring other than for construction
- 90733100 - Surface water pollution monitoring or control services
Contract locations
- UKD - North West (England)
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
27 February 2026, 5:00pm
Submission type
Tenders
Tender submission deadline
29 January 2027, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
22 March 2027
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Tender Proposal | Technical Questions and Commercial Submission |
Quality | 50% |
| Trial Criteria | Outcome of the Tria |
Quality | 50% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
The procurement will include a multi-stage approach with an Invitation to Trial before being shortlisted down for a trial period of 9 months. This will be followed by an ITN and BAFO stage, which will assess the trial and commercial offerings. Phase 1 - ITT - Trial Selection - This stage will allow for the down selection to 4 suppliers to take part in the 9-month trial. The trial will be undertaken on a fixed price basis, set by UU based on market intelligence and benchmarking. Phase 2 - ITT - Tender Negotiation - will run in tandem with the trial and will mirror a traditional ITN stage. The Bidder will be assessed against Commercial and Technical element along with technical criteria for the trial. Phase 3 - BAFO - This phase will be post-trial and will be solely based on the assessment of the Bidder's submitted prices for their Best and Final Offer. The number of Bidders for each Phase is as follows: No. of Bidders to Phase 2 - 4 No. of Awards 1* United Utilities currently intends to make a single award to one CWQM Supplier. However, reserves the right to make two awards, and enter into two separate Agreements. The reasons for making two awards rather than one may include Regulatory change or Scalability and delivery risk.
Contracting authority
United Utilities Water Limited
- Public Procurement Organisation Number: PVVB-5589-BWHX
Lingley Mere Business Park
Warrington
WA5 3LP
United Kingdom
Contact name: Jennifer McIntyre
Email: AMP8Procurements@uuplc.co.uk
Website: https://www.unitedutilities.com
Region: UKD61 - Warrington
Organisation type: Private utility