Notice Information
Notice Title
NW3110 - Water Network Management System
Notice Description
Northumbrian Water Limited (NWL) provides water and sewerage services to just under 4.4 million people, operating principally across the North East of England, Essex and Suffolk. NWL's vision is "to be the most digital water company in the world", and digital technology is a key enabler in delivering safe, resilient and efficient water services. As part of this, NWL must meet a wide range of regulatory (including Ofwat, Defra, DWI, EA and UKAS), statutory, shareholder and customer requirements. Effective monitoring, analysis and management of the clean water network is critical to ensuring continuity of supply, managing leakage, maintaining performance and meeting regulatory reporting obligations. This procurement seeks a Water Network Management System that supports these objectives by providing robust, integrated and data-driven capabilities to manage network performance, risks and events, and to reduce the likelihood of service interruptions to customers. NWL wish to procure a 5 year contract (with options to extend for 3+3+3+1 years) for a Water Network Management System, with the initial term commencing April 2027. The solution will be used across the business by operational, analytical and engineering users to support the monitoring, analysis and management of the clean water network. This includes users who are office-based, field-based or working remotely. The system will play a critical role in supporting regulatory reporting, operational decision-making, leakage management and network performance in line with statutory, regulatory and Ofwat requirements. The current Water Network Management System is a mature and highly integrated solution within NWL's IT ecosystem and supports a wide range of functions, including the integration of telemetry data, GIS data, customer and billing information, work management data and smart meter data. It is used to configure and manage network assets and areas (including Zones, DMAs and PMAs), calculate water balances and leakage, monitor flows and pressures, manage alarms and events, and produce dashboards and regulatory reports. The new solution is required to deliver functional and technical equivalence with the current system as a minimum, while also supporting improved usability, automation, scalability and long-term sustainability. Key objectives include providing a high-quality user experience, supporting near real-time analysis, enabling robust data integration and validation, and underpinning NWL's leakage and network performance strategies. Key desirable features of the solution include, but are not limited to: * Integration with corporate systems including billing, customer contacts, work management, GIS and measured data sources * Ingestion, storage and analysis of real-time and historical telemetry data (flow, pressure and level) * Configuration and management of network assets, areas and hierarchies (e.g. Zones, DMAs, PMAs) * Water balance, leakage analysis and performance monitoring at multiple network levels * Alarm and event management, including business-rule driven thresholds and notifications * Network schematics, upstream network analysis and hydraulic model support * Smart meter and demand analysis capabilities * Reporting, dashboards and scheduled regulatory outputs * Role-based access control, auditing and GDPR-compliant data handling * Mobile and offline capabilities to support field-based activities * Scalable, secure SaaS or PaaS solution aligned to NWL technical and security standards NWL intends to appoint a supplier capable of delivering, implementing and supporting the solution in line with business needs, with implementation and transition activities planned ahead of the April 2027 contract start date. Certain capabilities may be phased or introduced over time, subject to business priorities and regulatory drivers.
Lot Information
Lot 1
Options: The proposed initial term will be 5 years. The extension options will include 3+3+3+1 totaling a 15 year overall term.
Renewal: The proposed initial term will be 5 years. The extension options will include 3+3+3+1 totaling a 15 year overall term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-068aea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037695-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- 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
48000000 - Software package and information systems
72260000 - Software-related services
Notice Value(s)
- Tender Value
- £1,496,605 £1M-£10M
- Lots Value
- £1,496,605 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Apr 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2027 - 31 Mar 2032 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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/037695-2026
24th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-15131
Water Network Management System Specification document
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-068aea-2026-04-24T15:35:26+01:00",
"date": "2026-04-24T15:35:26+01:00",
"ocid": "ocds-h6vhtk-068aea",
"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-068aea",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "NW3110 - Water Network Management System",
"description": "Northumbrian Water Limited (NWL) provides water and sewerage services to just under 4.4 million people, operating principally across the North East of England, Essex and Suffolk. NWL's vision is \"to be the most digital water company in the world\", and digital technology is a key enabler in delivering safe, resilient and efficient water services. As part of this, NWL must meet a wide range of regulatory (including Ofwat, Defra, DWI, EA and UKAS), statutory, shareholder and customer requirements. Effective monitoring, analysis and management of the clean water network is critical to ensuring continuity of supply, managing leakage, maintaining performance and meeting regulatory reporting obligations. This procurement seeks a Water Network Management System that supports these objectives by providing robust, integrated and data-driven capabilities to manage network performance, risks and events, and to reduce the likelihood of service interruptions to customers. NWL wish to procure a 5 year contract (with options to extend for 3+3+3+1 years) for a Water Network Management System, with the initial term commencing April 2027. The solution will be used across the business by operational, analytical and engineering users to support the monitoring, analysis and management of the clean water network. This includes users who are office-based, field-based or working remotely. The system will play a critical role in supporting regulatory reporting, operational decision-making, leakage management and network performance in line with statutory, regulatory and Ofwat requirements. The current Water Network Management System is a mature and highly integrated solution within NWL's IT ecosystem and supports a wide range of functions, including the integration of telemetry data, GIS data, customer and billing information, work management data and smart meter data. It is used to configure and manage network assets and areas (including Zones, DMAs and PMAs), calculate water balances and leakage, monitor flows and pressures, manage alarms and events, and produce dashboards and regulatory reports. The new solution is required to deliver functional and technical equivalence with the current system as a minimum, while also supporting improved usability, automation, scalability and long-term sustainability. Key objectives include providing a high-quality user experience, supporting near real-time analysis, enabling robust data integration and validation, and underpinning NWL's leakage and network performance strategies. Key desirable features of the solution include, but are not limited to: * Integration with corporate systems including billing, customer contacts, work management, GIS and measured data sources * Ingestion, storage and analysis of real-time and historical telemetry data (flow, pressure and level) * Configuration and management of network assets, areas and hierarchies (e.g. Zones, DMAs, PMAs) * Water balance, leakage analysis and performance monitoring at multiple network levels * Alarm and event management, including business-rule driven thresholds and notifications * Network schematics, upstream network analysis and hydraulic model support * Smart meter and demand analysis capabilities * Reporting, dashboards and scheduled regulatory outputs * Role-based access control, auditing and GDPR-compliant data handling * Mobile and offline capabilities to support field-based activities * Scalable, secure SaaS or PaaS solution aligned to NWL technical and security standards NWL intends to appoint a supplier capable of delivering, implementing and supporting the solution in line with business needs, with implementation and transition activities planned ahead of the April 2027 contract start date. Certain capabilities may be phased or introduced over time, subject to business priorities and regulatory drivers.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"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": 1795926,
"amount": 1496605,
"currency": "GBP"
},
"procurementMethod": "selective",
"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 4th of June 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 11th of June 2026 at 12noon).",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-06-04T12:00:00+01:00",
"awardPeriod": {
"endDate": "2026-09-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 1795926,
"amount": 1496605,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Questions",
"description": "Comprised of 45% at RFP stage and 15% at interview stage to equate to full quality score",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-04-01T00:00:00+01:00",
"endDate": "2032-03-31T23:59:59+01:00",
"maxExtentDate": "2042-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The proposed initial term will be 5 years. The extension options will include 3+3+3+1 totaling a 15 year overall term."
},
"hasOptions": true,
"options": {
"description": "The proposed initial term will be 5 years. The extension options will include 3+3+3+1 totaling a 15 year overall term."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-15131",
"documentType": "biddingDocuments",
"description": "Water Network Management System Specification document",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-15131",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "037695-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037695-2026",
"datePublished": "2026-04-24T15:35:26+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "45 days"
}
},
"language": "en"
}