Tender

NW3134 - Governance, Risk & Compliance System

NORTHUMBRIAN WATER LIMITED

This public procurement record has 1 release in its history.

Tender

19 Mar 2026 at 17:04

Summary of the contracting process

Northumbrian Water Limited (NWL) has issued a tender to procure a Governance, Risk and Compliance System under the title "NW3134 - Governance, Risk & Compliance System". This procurement caters to the utilities industry and targets enhancing digital operations across its service areas in the North-East of England, Essex, and Suffolk. The tender, in its active stage, invites suppliers to submit proposals through NWL's Ariba Sourcing tool, following an open procurement method with a competitive flexible procedure. The procurement aims to finalise the contract by June 2026, with implementation slated for July to December 2026 leading to a January 2027 go-live. The process specifies submission deadlines, including expressions of interest by 14 April 2026 and completed tenders by 21 April 2026. The total estimated gross contract value amounts to GBP 2,160,000 across a potential renewal span extending to 2041.

This tender provides significant business growth opportunities, particularly for IT firms specialising in industry-specific software packages, software-related services, and database utilities. The partnership with NWL promises expansive usage across multiple business areas, integrating advanced workflow automation, MAS9, Azure Entra, O365, and Oracle HCM functionalities. Businesses adept at delivering high-quality, automated governance, risk, and compliance solutions will find it advantageous to compete. The tendering process, which includes multiple stages such as initial tender submissions, supplier negotiations, and the invitation for Best and Final Offers, ensures a robust selection standard that offers small and medium-sized enterprises the opportunity to showcase competitive pricing and innovative solutions. Furthermore, inclusion criteria encourage diverse business participation, including sheltered workshops, thereby supporting broader economic engagement.

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

Notice Title

NW3134 - Governance, Risk & Compliance System

Notice Description

Northumbrian Water Limited (NWL) provide water and sewerage services to just under 4.4 million people operating principally in the North-East of England, Essex, and Suffolk. It is NWL's vision 'to be the most digital water company in the world'. Northumbrian Water Group (NWG) is a large and diverse organisation which employs a varied set of processes to achieve its business outcomes. To ensure that it meet its regulatory requirements (OFWAT, Defra, DWI, EA and UKAS requirements), statutory requirements (Health and Safety requirements; Environmental safety requirements), shareholder requirements and customer requirements it attempts to identify risks, incidents and associated mitigations to reduce the probability of interruption of its core business processes, therefore it is our mission to find a Governance, Risk and Compliance (GRC) solution that supports this. NWL wish to procure a 3 year contract (with options to extend for 3+3+3+3 years) for a new Governance, Risk and Compliance tool. The tool will be used across all areas of the business and will support NWL employees who are either based at one of our numerous sites, work from home or who are field based in completing their daily tasks in line with regulatory, statutory, shareholder and customer requirements. Our current GRC tool is used by over 6000 users to capture GRC data. The current solution allows NWL employees to collect information using forms (including images and map information) which can be created on a 'self-serve' basis on desktop and mobile (with offline data capture functionality). This information is manually reviewed by the admin team and assigned to the appropriate workflow in the system backend. Reports are then created and exported to create PowerBI dashboards and reports. The key features that we are looking for in a new solution are for it to support us with providing an easy, timely and high-quality employee user experience and help us to continue with our journey to drive automation and self-service in capturing governance, risk, and compliance data - key desirable features of the new solution are listed below: * Workflow automation * MAS9 integration * Azure Entra/Active Directory integration * O365 integration (specifically PowerBI) * Oracle HCM integration * Dashboard functionality * Reporting functionality * Scheduling of tasks * Fully functional remote mobile device application * Non-NWL user access (i.e., contractor resource) * Document repository (i.e. guides/training manuals) * Training and competency functionality NWL have an objective to procure a GRC solution by end of June 2026 with implementation to take place between July 2026 and December 2026 in anticipation for a planned go live date of January 2027. Within our requirements there are also items we would look to introduce at some future stage, subject to business needs.

Lot Information

Lot 1

Renewal: NWL wish to procure a 3 year initial term contract with options to extend for an additional 3+3+3+3 years for a new Governance, Risk and Compliance tool

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066f98
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025460-2026
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

48 - Software package and information systems

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


CPV Codes

48100000 - Industry specific software package

48600000 - Database and operating software package

48700000 - Software package utilities

72260000 - Software-related services

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20263 days ago
Submission Deadline
14 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Jun 2026 - 29 Jun 2028 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTHUMBRIAN WATER LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLC2 Northumberland, and Tyne and Wear, TLH14 Suffolk CC, TLH3 Essex

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

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-066f98-2026-03-19T17:04:59Z",
    "date": "2026-03-19T17:04:59Z",
    "ocid": "ocds-h6vhtk-066f98",
    "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": {
                "name": "Alfie Owen",
                "email": "Alfie.Owen@nwl.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366703",
        "name": "NORTHUMBRIAN WATER LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-066f98",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "NW3134 - Governance, Risk & Compliance System",
        "description": "Northumbrian Water Limited (NWL) provide water and sewerage services to just under 4.4 million people operating principally in the North-East of England, Essex, and Suffolk. It is NWL's vision 'to be the most digital water company in the world'. Northumbrian Water Group (NWG) is a large and diverse organisation which employs a varied set of processes to achieve its business outcomes. To ensure that it meet its regulatory requirements (OFWAT, Defra, DWI, EA and UKAS requirements), statutory requirements (Health and Safety requirements; Environmental safety requirements), shareholder requirements and customer requirements it attempts to identify risks, incidents and associated mitigations to reduce the probability of interruption of its core business processes, therefore it is our mission to find a Governance, Risk and Compliance (GRC) solution that supports this. NWL wish to procure a 3 year contract (with options to extend for 3+3+3+3 years) for a new Governance, Risk and Compliance tool. The tool will be used across all areas of the business and will support NWL employees who are either based at one of our numerous sites, work from home or who are field based in completing their daily tasks in line with regulatory, statutory, shareholder and customer requirements. Our current GRC tool is used by over 6000 users to capture GRC data. The current solution allows NWL employees to collect information using forms (including images and map information) which can be created on a 'self-serve' basis on desktop and mobile (with offline data capture functionality). This information is manually reviewed by the admin team and assigned to the appropriate workflow in the system backend. Reports are then created and exported to create PowerBI dashboards and reports. The key features that we are looking for in a new solution are for it to support us with providing an easy, timely and high-quality employee user experience and help us to continue with our journey to drive automation and self-service in capturing governance, risk, and compliance data - key desirable features of the new solution are listed below: * Workflow automation * MAS9 integration * Azure Entra/Active Directory integration * O365 integration (specifically PowerBI) * Oracle HCM integration * Dashboard functionality * Reporting functionality * Scheduling of tasks * Fully functional remote mobile device application * Non-NWL user access (i.e., contractor resource) * Document repository (i.e. guides/training manuals) * Training and competency functionality NWL have an objective to procure a GRC solution by end of June 2026 with implementation to take place between July 2026 and December 2026 in anticipation for a planned go live date of January 2027. Within our requirements there are also items we would look to introduce at some future stage, subject to business needs.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48700000",
                        "description": "Software package utilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2160000,
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1 commenced with the issuing of this Tender Notice and the publication of the Conditions of Participation Document (COP) in NWL's Ariba Sourcing tool. The document includes a COP questionnaire which all suppliers are required to complete and return in accordance with the procurement timetable and instructions within the document. NWL will use this stage to confirm that neither the supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, NWL will consider whether to exclude the supplier from participating in this procurement in accordance with its obligations under the Act. In addition, NWL will consider whether any supplier or related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable suppliers, and before NWL determines that a supplier is an excluded or excludable supplier, it will provide the supplier reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the supplier is an excluded or excludable supplier only by virtue of an associated person or proposed sub-contractor, NWL will notify the supplier of its intention to exclude the supplier and provide the supplier with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process NWL excludes the supplier from participating in this procurement or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU). NWL will also undertake a review of the completed COP with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any criteria as set out in the tender notice and described in this document. The assessment of these responses will identify the top 7 suppliers to be invited to participate in Stage 2. Stage 1 will complete with suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2. Suppliers should note that NWL reserves the right to re-assess any response to the conditions of participation at any stage of this procurement, including in light of any new relevant information that comes to NWL's attention. 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 supplier negotiations/dialogue (Supplier Presentations) - Stage 3 will commence with the notification inviting suppliers that have successfully passed Stage 2 to attend a Supplier Presentation (virtually, via MS Teams). The notification will also provide details of any new information made available to suppliers at this stage in this Procurement. The notification will also have further detail around the question, dates and required attendees. 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 e-Sourcing Spend Management portal called 'Ariba' (https://s1.ariba.com). Expressions of interest from this notice must be sent to the e-mail address alfie.owen@nwl.co.uk before the deadline date of the 14th of April 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. 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. (The deadline for return of the completed Tenders (conditions of participation or COP) is the 21st of April 2026 at 12noon).",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-14T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-09T23:59:59+01:00"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "shelteredWorkshop"
            ]
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 2160000,
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Questions",
                            "description": "Comprised of 50% at RFP stage and 10% at interview stage to equate to full quality score",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2028-06-29T23:59:59+01:00",
                    "maxExtentDate": "2041-06-29T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "NWL wish to procure a 3 year initial term contract with options to extend for an additional 3+3+3+3 years for a new Governance, Risk and Compliance tool"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-13449",
                "documentType": "biddingDocuments",
                "description": "Specification",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13449",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "025460-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025460-2026",
                "datePublished": "2026-03-19T17:04:59Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "45 days"
        }
    },
    "language": "en"
}