Tender

MCERTS Inspection Services

NORTHUMBRIAN WATER LIMITED

This public procurement record has 1 release in its history.

Tender

27 Nov 2025 at 14:13

Summary of the contracting process

Northumbrian Water Limited is seeking a service provider for MCERTS Inspection Services across its 215 sites, covering regions from the North East Coast to the Scottish Borders and down to North Yorkshire. The procurement is in the 'tender' stage, utilising a competitive flexible procedure. This open tender invites interested businesses to submit expressions of interest by 5th January 2026, with the tender submission deadline set for 9th January 2026. The contract will span five years from 1st April 2026, with an estimated value of up to £1,320,000. The procurement falls under the services category, specifically targeting flowmeters and calibration services, and is conducted electronically via Northumbrian Water's Ariba portal.

This tender presents significant business opportunities, particularly for companies specialising in environmental and flow meter inspections, calibration, and certifications. Businesses, especially SMEs, capable of providing technical expertise in MCERTS compliance, flow and QMS audits, and regulatory certifications will find this opportunity well-suited to their capabilities. The multi-stage procurement process ensures that qualified suppliers can engage in detailed negotiations, potentially leading to a long-term partnership with the utility giant, which can foster growth and increase market presence in the utilities sector.

How relevant is this notice?

Notice Information

Notice Title

MCERTS Inspection Services

Notice Description

Northumbrian Water Limited (NWL) operate flowmeters ( Discharge Flow, Flow Pass Forward and Event Duration Monitoring) across 215 sites that require MCERTs Inspections to comply with regulatory requirements. Each site must be re-inspected every 5 years by a registered MCERTs Inspector. The programme is designed so that roughly one fifth of the sites will be inspected in each contract year. NWL's sites are spread over a geographical area from the North East Coast, up to the Scottish Borders, across to Cumbria, and down to North Yorkshire. Overview of requirements - CSA Appointed and Approved MCERTS Site Inspector Service Provider. - MCERTs inspections of flow metres to ensure NWL comply with regulatory requirements. * - Standard MCERTS site inspection on Sewage or Water Treatment Works with single or multiple flow meters and/or difficult to access flow installations (e.g.: large inlet flume). * - Flow and QMS Audits - Following completion of Flow and QMS Audits the supplier shall apply to CSA Sira Certification for the MCERTS certificate on behalf of NWL. Contract Period The period of any contract(s) resulting from this procurement will be number 5 years from the contract start date.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ea38
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/077713-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

50 - Repair and maintenance services


CPV Codes

38421110 - Flowmeters

50433000 - Calibration services

Notice Value(s)

Tender Value
£1,100,000 £1M-£10M
Lots Value
£1,100,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Nov 20251 weeks ago
Submission Deadline
9 Jan 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NORTHUMBRIAN WATER LIMITED
Contact Name
Not specified
Contact Email
lewis.timmins@nwl.co.uk
Contact Phone
Not specified

Buyer Location

Locality
PITY ME
Postcode
DH1 5FJ
Post Town
Durham
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC41 Durham
Delivery Location
TLC1 Tees Valley and Durham, TLC2 Northumberland, and Tyne and Wear

Local Authority
County Durham
Electoral Ward
Framwellgate and Newton Hall
Westminster Constituency
City of Durham

Further Information

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-05ea38-2025-11-27T14:13:49Z",
    "date": "2025-11-27T14:13:49Z",
    "ocid": "ocds-h6vhtk-05ea38",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366703",
            "name": "NORTHUMBRIAN WATER LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366703"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRLG-5541-VHHG"
                }
            ],
            "address": {
                "streetAddress": "Northumbria House",
                "locality": "Pity Me",
                "postalCode": "DH1 5FJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC14"
            },
            "contactPoint": {
                "email": "lewis.timmins@nwl.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366703",
        "name": "NORTHUMBRIAN WATER LIMITED"
    },
    "tender": {
        "id": "NW3046",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "MCERTS Inspection Services",
        "description": "Northumbrian Water Limited (NWL) operate flowmeters ( Discharge Flow, Flow Pass Forward and Event Duration Monitoring) across 215 sites that require MCERTs Inspections to comply with regulatory requirements. Each site must be re-inspected every 5 years by a registered MCERTs Inspector. The programme is designed so that roughly one fifth of the sites will be inspected in each contract year. NWL's sites are spread over a geographical area from the North East Coast, up to the Scottish Borders, across to Cumbria, and down to North Yorkshire. Overview of requirements - CSA Appointed and Approved MCERTS Site Inspector Service Provider. - MCERTs inspections of flow metres to ensure NWL comply with regulatory requirements. * - Standard MCERTS site inspection on Sewage or Water Treatment Works with single or multiple flow meters and/or difficult to access flow installations (e.g.: large inlet flume). * - Flow and QMS Audits - Following completion of Flow and QMS Audits the supplier shall apply to CSA Sira Certification for the MCERTS certificate on behalf of NWL. Contract Period The period of any contract(s) resulting from this procurement will be number 5 years from the contract start date.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38421110",
                        "description": "Flowmeters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50433000",
                        "description": "Calibration services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1320000,
            "amount": 1100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1: Invitation to participate Stage 1 commenced with the issuing of a Tender Notice. Stage 2: Invitation to submit initial tenders Stage 2 commenced with the notification, inviting those suppliers which have successfully been shortlisted at Stage 1 of this Procurement to submit initial tenders and the publication of this document. This document includes a request for initial tenders which all suppliers are required to complete and must be submitted in accordance with the Procurement Timetable and instructions set out in this document and any additional information provided. Following the deadline for submission of initial tenders, NWL will assess initial tenders in accordance with the assessment process and award criteria set out in the Tender Notice and described in this document. The assessment process will identify which suppliers are to be selected to participate in the negotiation/dialogue stage as set out in Stage 3. Once the assessment of initial tenders has concluded, suppliers will be notified in writing whether they have successfully been invited to Stage 3. Any suppliers not invited to participate in Stage 3 will be provided with reasons in writing to explain why they have not been successful. Stage 3: Invitation to participate in dialogue [and/or negotiate] Stage 3 will commence with the notification inviting suppliers that have successfully passed Stage 2 to attend one or more dialogue and/or negotiation meetings. The notification will also provide details of any new information made available to suppliers at this stage in this Procurement. The notification will also describe how the dialogue and/or negotiations will be conducted, including the location and dates for the relevant meetings, as well as the attendee arrangements. Stage 4: Invitation to submit a Best and Final Offer (BAFO) Stage 4 will commence with the issuing of a letter inviting suppliers that have been successfully shortlisted at Stage 3 to submit their Best and Final Offers. Best and Final offers must be submitted in accordance with the Procurement Timetable and instructions set out in this document and any additional information provided. After the deadline for submission of best and final offers, NWL will reconsider, in respect of each supplier that submitted, whether the supplier or any related persons within its corporate group, associated suppliers relied on to meet the conditions of participation, or proposed sub-contractors, are excluded or excludable suppliers and will consider whether to disregard the best and final offer submitted in accordance with its obligations under the Act. If the supplier is an excluded or excludable supplier only by virtue of an associated supplier or proposed sub-contractor, NWL will notify the supplier of its intention to disregard its tender and provide the supplier with a reasonable opportunity to replace the associated supplier or sub-contractor. If as a consequence of this process NWL disregards a tender from an excluded or excludable supplier or is aware of an associated supplier or sub contractor having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU) NWL will conduct an assessment of all Best and Final Offers in order to identify the supplier which has submitted the most advantageous tender in accordance with the assessment methodology and award criteria set out in the Tender Notice and described in this document. In carrying out this assessment. NWL will disregard any final tender from a supplier who does not satisfy the Conditions of Participation. Once the assessment has concluded, NWL will provide an assessment summary to all suppliers that submitted a Best and Final offer to: a. inform them whether they have been successful in being awarded the contract b. provide an explanation of the assessment of the supplier's tender against the relevant award criteria, in accordance with the requirements of the Act c. where different to the supplier concerned, provide information in respect of the most advantageous tender submitted, including details of the assessment of this tender against the relevant award criteria and the supplier's name Once the assessment summaries have been provided to the suppliers that submitted Best and Final offers, NWL will also publish a contract award notice on the Central Digital Platform to commence the mandatory standstill period. Subject to completion of the mandatory standstill period, Stage 4 will end with NWL entering into preferred supplier stage with the preferred supplier. Stage 5: Preferred supplier stage The highest scoring supplier will be invited to engage in further discussions with NWL as part of a preferred supplier stage. This stage will be used to finalise the draft contract terms and conditions, in accordance with the limitations set out in the Act. Stage 5 will end with NWL entering into the contract with the preferred supplier"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba' (https://s1.ariba.com). Expressions of interest from this notice must be sent to the e-mail address lewis.timmins@nwl.co.uk before the deadline date of the 5th January 2026 at 12:00hrs. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed Tenders is the 9th January 2026 at 12noon. When sending expression of interest, applicants must provide the following information: 1) Full company name 2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone number.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-09T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-05T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-02-01T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1320000,
                    "amount": 1100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Questions",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://s1.ariba.com"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://s1.ariba.com"
            },
            {
                "id": "077713-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077713-2025",
                "datePublished": "2025-11-27T14:13:49Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}