Planning

PRO005043-Services-Bioaerosols Monitoring

UNITED UTILITIES WATER LIMITED

This public procurement record has 1 release in its history.

Planning

07 Jan 2026 at 15:30

Summary of the contracting process

United Utilities Water Limited, located in Warrington, United Kingdom, is initiating a public procurement process for "PRO005043-Services-Bioaerosols Monitoring." The procurement category is services, specifically for laboratory services, within the utilities industry. The project entails bioaerosol monitoring and analysis at five anaerobic digestion facilities in North West England. The tender is currently in the planning stage with a milestone engagement scheduled for 23rd January 2026. The contract is planned to start on 2nd March 2026, with an initial duration of five years and potential extensions. The process follows UK legislative guidelines and involves a framework agreement mechanism.

This tender presents opportunities particularly for SMEs specialising in environmental monitoring and laboratory services. Companies with expertise in bioaerosol sampling and analysis are well-positioned to benefit by entering long-term service contracts. The contract demands rigorous adherence to regulatory and safety standards given its involvement with UKAS-accredited laboratories and Environmental Agency's guidelines. It offers substantial growth potential for businesses in air quality monitoring and analysis fields, providing a stable revenue stream through systematic data collection and reporting over a possible 10-year contract period.

How relevant is this notice?

Notice Information

Notice Title

PRO005043-Services-Bioaerosols Monitoring

Notice Description

United Utilities (UU) require ambient bioaerosol monitoring and analysis to be completed at 5 Anaerobic Digestion facilities, located in the North West of England. The monitoring is to be carried out twice a year. The initial term will be 5 years plus annual incremental extensions if required. Operators must adhere to UU permitting and induction requirements. The operator will need to attend site, the following samples will be taken: * Substance - Bioaerosols (pumped method) Total Bacteria Aspergillus Fumigatus * Sampling Method - Filtration method * 4 samples per site The 1 x Upwind and 3 x Downwind Samples will be determined at the time of sampling considering the wind directions on the day. The sampling method is designed to measure ambient bioaerosol concentrations and follows the general guidance published by the Environment Agency Technical Guidance Note M9 - Environmental Monitoring of Bioaerosol at Regulated Sites. The Supplier needs to provide a detailed report, which must be provided within a reasonable timeframe, that includes an executive summary, site observations, monitoring methods, analytical results, comparison of results with limits/recognised international standards, discussions and conclusions. Monitoring will be undertaken, in accordance with the most appropriate Methods of Determining Hazardous Substances (MDHS) published by HSE or by internationally recognised standards or methods e.g. NIOSH, BS EN ISO, OSHA. The general principle adopted to obtain airborne samples of hazardous substances is by attaching battery powered pumps to individuals or in static locations. Known volumes of air are drawn through sample media (filters, sorbent tubes or impinger solutions) positioned in the individual's breathing zone or for background measurements fixed in static locations. Depending on the analysis required the sample media will undergo subsequent mechanical, chemical or biological analysis. All analytical work shall be undertaken at UKAS accredited analytical laboratories which participate in the AIR PT scheme, operated by LGC with support from HSL that is specifically designed for laboratories performing chemical analysis of air monitoring samples.

Planning Information

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=101463&TID=100106702&B= If you have experience in this area please could you provide at a minimum the following information and submit to the United Utililties AMP8 mail box - amp8procurements@uuplc.co.uk • Company Name • Contact details, including location telephone and e-mail address, main point of contact and position in Company

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060135
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001164-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jan 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
1 Mar 20262 months to go
Award Date
Not specified
Contract Period
2 Mar 2026 - 28 Feb 2031 4-5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
UNITED UTILITIES WATER LIMITED
Contact Name
Jennifer Pike
Contact Email
amp8procurements@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-060135-2026-01-07T15:30:53Z",
    "date": "2026-01-07T15:30:53Z",
    "ocid": "ocds-h6vhtk-060135",
    "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": "Jennifer Pike",
                "email": "amp8procurements@uuplc.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.unitedutilities.com",
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "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=101463&TID=100106702&B= If you have experience in this area please could you provide at a minimum the following information and submit to the United Utililties AMP8 mail box - amp8procurements@uuplc.co.uk * Company Name * Contact details, including location telephone and e-mail address, main point of contact and position in Company",
                "dueDate": "2026-01-23T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "001164-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001164-2026",
                "datePublished": "2026-01-07T15:30:53Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRO005043",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "PRO005043-Services-Bioaerosols Monitoring",
        "description": "United Utilities (UU) require ambient bioaerosol monitoring and analysis to be completed at 5 Anaerobic Digestion facilities, located in the North West of England. The monitoring is to be carried out twice a year. The initial term will be 5 years plus annual incremental extensions if required. Operators must adhere to UU permitting and induction requirements. The operator will need to attend site, the following samples will be taken: * Substance - Bioaerosols (pumped method) Total Bacteria Aspergillus Fumigatus * Sampling Method - Filtration method * 4 samples per site The 1 x Upwind and 3 x Downwind Samples will be determined at the time of sampling considering the wind directions on the day. The sampling method is designed to measure ambient bioaerosol concentrations and follows the general guidance published by the Environment Agency Technical Guidance Note M9 - Environmental Monitoring of Bioaerosol at Regulated Sites. The Supplier needs to provide a detailed report, which must be provided within a reasonable timeframe, that includes an executive summary, site observations, monitoring methods, analytical results, comparison of results with limits/recognised international standards, discussions and conclusions. Monitoring will be undertaken, in accordance with the most appropriate Methods of Determining Hazardous Substances (MDHS) published by HSE or by internationally recognised standards or methods e.g. NIOSH, BS EN ISO, OSHA. The general principle adopted to obtain airborne samples of hazardous substances is by attaching battery powered pumps to individuals or in static locations. Known volumes of air are drawn through sample media (filters, sorbent tubes or impinger solutions) positioned in the individual's breathing zone or for background measurements fixed in static locations. Depending on the analysis required the sample media will undergo subsequent mechanical, chemical or biological analysis. All analytical work shall be undertaken at UKAS accredited analytical laboratories which participate in the AIR PT scheme, operated by LGC with support from HSL that is specifically designed for laboratories performing chemical analysis of air monitoring samples.",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 300000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": false,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "LOT-0000",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00Z",
                    "endDate": "2031-02-28T23:59:59Z",
                    "maxExtentDate": "2036-02-29T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-01T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}