Planning

Continuous Water Quality Monitoring (CWQM)

UNITED UTILITIES WATER LIMITED

This public procurement record has 1 release in its history.

Planning

01 Jul 2025 at 16:16

Summary of the contracting process

United Utilities Water Limited is currently in the planning stage for a public procurement contract titled "Continuous Water Quality Monitoring (CWQM)." This contract falls within the services industry category, specifically focusing on environmental monitoring, telemetry, and control equipment. The procurement process is taking place in Warrington, United Kingdom, with key upcoming dates including a market engagement deadline on 10th July 2025 and a future notice planned for 1st September 2025. The contract, valued at approximately £120 million, is set to cover the period from November 2025 to March 2030. The project aims to maintain compliance with water quality standards as mandated by various environmental regulations.

This tender presents promising opportunities for businesses specialising in monitoring and control services, installation of electrical, mechanical, and measuring equipment, and data management services. Companies experienced in supplying and maintaining sensor technology, particularly under challenging environmental conditions, are well-suited to compete for this project. Additionally, businesses that can provide comprehensive solutions for water quality monitoring, including equipment design and installation, telemetry services, and data analysis, are encouraged to participate. Suppliers will also need to establish an accredited quality system for the calibration and maintenance of real-time continuous water quality monitors in collaboration with industry regulators. Such collaborative efforts and technical expertise can lead to significant business growth, particularly within the environmental and utilities sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Continuous Water Quality Monitoring (CWQM)

Notice Description

Water companies have a duty under Section 82 of the Environment Act to protect the environment from the effects of discharges from storm overflows and wastewater treatment works. Water companies are required to monitor the quality of water potentially affected by, upstream and downstream, discharges from these assets. This requires the monitoring of the following parameters: (a) levels of dissolved oxygen, (b) temperature and pH values, (c) turbidity, (d) levels of ammonia, and (e) levels of conductivity, and (f) anything else specified in regulations made by the Secretary of State. These measurements will typically be made in rivers and/or a local measurement kiosk and we would request evidence for the equipment operating in such an environment both during routine operation and under exceptional conditions such as storms. Appropriate and independent 3rd party validation of sensor monitoring technology performance would be of interest at this stage. It is expected that the systems will be mounted directly in the river or will required a sample pumping into a kiosk. Such equipment is required. All equipment must have its own power supply, ancillaries and logger/telemetry unit. The application also requires the functionality to achieve the following: - Continuously monitor and log data (every 15 minutes) in river levels as low as 40mm. - Provide a telemetry interface and a public facing portal which can display values in near real time and provide reporting capabilities. Data should be exportable via API and other common interfaces. United Utilities operate approximately 2300 Combined Sewer Overflows, and 575 Wastewater Treatment works which are impacted by this new requirement. The overall numbers of installations for AMP8 (2025-2030) are confirmed at 633 to provide 25% coverage. The remaining 75% will be delivered in AMP9 (2030-2035). United Utilities are looking for indicative costs, per installation, based on the following procurement routes: - Supply of instrumentation - Design, build and installation of instrumentation sampling kiosks - Service and maintenance of the above at the mandated 4 weekly intervals - Provision, management and administration of telemetry and a web based portal for the above. - Readings taken every 15 minutes. All readings to be transmitted every 20 minutes. - Supply to monitor equipment health and generated data on a continual basis and report anomalies to United Utilities. Instrumentation and the monitoring arrangement shall be suitable for monitoring the required parameters in an appropriate range for the application. Solutions may be based on multi-parameter sondes, process instrumentation or chemistry analysers or a combination of either. All provision shall comply with the DEFRA Continuous Water Quality Programme Interim Technical Standard V1.0 Issue 1.0 August 2024. In addition, all installations shall comply with Environment Agency Regulatory Position Statement 333 Installing Small Scale Monitoring Instruments and Associated Equipment Alongside In Main River Watercourses 11th March 2025. We require 2 installation solutions: For planning pumped kiosk-based systems should be used (Option 1). In river monitoring via stilling tube (Option 2). We want to understand: - Proposed solutions - Costs - Interest to provide or ability to provide all elements associated - Risks - Volume supply capacity per month/year - Accuracy/Uncertainty - Repeatability - Maintenance intervals - Integration We require interested parties to work with Defra and regulators to establish an accredited quality system for the calibration and maintenance of real time continuous water quality monitors. Further detail on governance and assurance requirements is expected in the technical guidance and implementing legislation. A need to comply with an industry-wide accreditation process (such as MCERTS) should be accounted for which will likely require product certification prior to use at cost to the Supplier. Should you have any additional complimentary services available to supplement this programme of work please provide technical and commercial details of this. Please refer to: https://www.gov.uk/government/publications/installing-small-scale-monitoring-instruments-and-associated-equipment-alongside-in-main-river-watercourses-rps-333/installing-small-scale-monitoring-instruments-and-associated-equipment-alongside-in-main-river-watercourses-rps-333 ALL VALUES & DATES ARE INDICATIVE

Planning Information

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=95459&B=

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055712
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036558-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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

71700000 - Monitoring and control 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

Notice Value(s)

Tender Value
£120,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Jul 20257 months ago
Submission Deadline
Not specified
Future Notice Date
1 Sep 2025Expired
Award Date
Not specified
Contract Period
1 Nov 2025 - 31 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNITED UTILITIES WATER LIMITED
Contact Name
Amelia Brennan
Contact Email
amelia.brennan@uuplc.co.uk
Contact Phone
Not specified

Buyer Location

Locality
WARRINGTON
Postcode
WA5 3LP
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
TLD North West (England)

Local Authority
Warrington
Electoral Ward
Great Sankey North and Whittle Hall
Westminster Constituency
Warrington South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-055712-2025-07-01T17:16:39+01:00",
    "date": "2025-07-01T17:16:39+01:00",
    "ocid": "ocds-h6vhtk-055712",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVVB-5589-BWHX",
            "name": "United Utilities Water Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVVB-5589-BWHX"
            },
            "address": {
                "streetAddress": "Lingley Mere Business Park",
                "locality": "Warrington",
                "postalCode": "WA5 3LP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD61"
            },
            "contactPoint": {
                "name": "Amelia Brennan",
                "email": "Amelia.Brennan@uuplc.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.unitedutilities.com",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVVB-5589-BWHX",
        "name": "United Utilities Water Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=95459&B=",
                "dueDate": "2025-07-10T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "036558-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036558-2025",
                "datePublished": "2025-07-01T17:16:39+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CWQM",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Continuous Water Quality Monitoring (CWQM)",
        "description": "Water companies have a duty under Section 82 of the Environment Act to protect the environment from the effects of discharges from storm overflows and wastewater treatment works. Water companies are required to monitor the quality of water potentially affected by, upstream and downstream, discharges from these assets. This requires the monitoring of the following parameters: (a) levels of dissolved oxygen, (b) temperature and pH values, (c) turbidity, (d) levels of ammonia, and (e) levels of conductivity, and (f) anything else specified in regulations made by the Secretary of State. These measurements will typically be made in rivers and/or a local measurement kiosk and we would request evidence for the equipment operating in such an environment both during routine operation and under exceptional conditions such as storms. Appropriate and independent 3rd party validation of sensor monitoring technology performance would be of interest at this stage. It is expected that the systems will be mounted directly in the river or will required a sample pumping into a kiosk. Such equipment is required. All equipment must have its own power supply, ancillaries and logger/telemetry unit. The application also requires the functionality to achieve the following: - Continuously monitor and log data (every 15 minutes) in river levels as low as 40mm. - Provide a telemetry interface and a public facing portal which can display values in near real time and provide reporting capabilities. Data should be exportable via API and other common interfaces. United Utilities operate approximately 2300 Combined Sewer Overflows, and 575 Wastewater Treatment works which are impacted by this new requirement. The overall numbers of installations for AMP8 (2025-2030) are confirmed at 633 to provide 25% coverage. The remaining 75% will be delivered in AMP9 (2030-2035). United Utilities are looking for indicative costs, per installation, based on the following procurement routes: - Supply of instrumentation - Design, build and installation of instrumentation sampling kiosks - Service and maintenance of the above at the mandated 4 weekly intervals - Provision, management and administration of telemetry and a web based portal for the above. - Readings taken every 15 minutes. All readings to be transmitted every 20 minutes. - Supply to monitor equipment health and generated data on a continual basis and report anomalies to United Utilities. Instrumentation and the monitoring arrangement shall be suitable for monitoring the required parameters in an appropriate range for the application. Solutions may be based on multi-parameter sondes, process instrumentation or chemistry analysers or a combination of either. All provision shall comply with the DEFRA Continuous Water Quality Programme Interim Technical Standard V1.0 Issue 1.0 August 2024. In addition, all installations shall comply with Environment Agency Regulatory Position Statement 333 Installing Small Scale Monitoring Instruments and Associated Equipment Alongside In Main River Watercourses 11th March 2025. We require 2 installation solutions: For planning pumped kiosk-based systems should be used (Option 1). In river monitoring via stilling tube (Option 2). We want to understand: - Proposed solutions - Costs - Interest to provide or ability to provide all elements associated - Risks - Volume supply capacity per month/year - Accuracy/Uncertainty - Repeatability - Maintenance intervals - Integration We require interested parties to work with Defra and regulators to establish an accredited quality system for the calibration and maintenance of real time continuous water quality monitors. Further detail on governance and assurance requirements is expected in the technical guidance and implementing legislation. A need to comply with an industry-wide accreditation process (such as MCERTS) should be accounted for which will likely require product certification prior to use at cost to the Supplier. Should you have any additional complimentary services available to supplement this programme of work please provide technical and commercial details of this. Please refer to: https://www.gov.uk/government/publications/installing-small-scale-monitoring-instruments-and-associated-equipment-alongside-in-main-river-watercourses-rps-333/installing-small-scale-monitoring-instruments-and-associated-equipment-alongside-in-main-river-watercourses-rps-333 ALL VALUES & DATES ARE INDICATIVE",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32441200",
                        "description": "Telemetry and control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38810000",
                        "description": "Industrial process control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45315300",
                        "description": "Electricity supply installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48610000",
                        "description": "Database systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50410000",
                        "description": "Repair and maintenance services of measuring, testing and checking apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50433000",
                        "description": "Calibration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51210000",
                        "description": "Installation services of measuring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51230000",
                        "description": "Installation services of testing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51900000",
                        "description": "Installation services of guidance and control systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71352000",
                        "description": "Subsurface surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71353000",
                        "description": "Surface surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631440",
                        "description": "Flow-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72313000",
                        "description": "Data capture services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72314000",
                        "description": "Data collection and collation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72316000",
                        "description": "Data analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72321000",
                        "description": "Added-value database services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90733100",
                        "description": "Surface water pollution monitoring or control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 120000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "LOT-0000",
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2030-03-31T23:59:59Z"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}