Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Defence Water Services Programme - UK4

  • First published: 08 January 2026
  • Last modified: 08 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-050318
Published by:
Defence Infrastructure Organisation
Authority ID:
AA86758
Publication date:
08 January 2026
Deadline date:
18 March 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Defence Infrastructure Organisation (DIO) on behalf of the Ministry of Defence (MOD), is looking to secure the provision of end-to-end WWW services for the MOD’s specified estate in England and Wales, through a single Managed Service Provider (MSP).MOD has a significant and geographically dispersed WWW estate in England and Wales with a combination of public supply and its own private water network. The Contract will go-live in 2 main stages with Wales and South-West England going first on 01 Dec 2028, with the rest of England on 30 Mar 2030, with the other smaller requirements going live as the Authority’s other contracts and agreements expire or earlier with the agreement of the MSP. The Defence Water Services Programme (DWSP) will deliver a single contract to effectively support, manage and assure supply chain WWW service provision, delivering a common user experience across the England and Wales estate. Due to the extent and dispersed nature of MOD WWW assets, the MSP will need to demonstrate all technical competencies required to deliver the full spectrum of WWW services which may include but may not be limited to:Operational Water and Wastewater ServicesWater Abstraction & Treatment Water Abstraction & Treatment Abstraction licensing management Water resource management Operation and maintenance of raw water reservoirs and water treatment works Provision of emergency water supplies and alternative supplies for security and resilience Long-term asset management planning Potable Water Distribution & Measurement Maintenance of water mains and service pipes Lead pipe replacement Operation and maintenance of service reservoirs, booster pumps and Pressure Reducing Valves (PRVs) Additional dosing Metering and measurement Pre-planned maintenance and reactive repairs Proactive investment planning Long-term asset management planning Non-Potable Water Systems (e.g. Fire Mains) Operation and maintenance of emergency water storage, dedicated fire mains, valves and hydrants, softened water systems and saltwater systems Pre-planned maintenance and reactive repairs Proactive investment planning Wastewater Collection (Sewerage & Pumping) Sewage collection and sewerage systems Operation and maintenance of sewage pumping stations, rising mains, combined sewer overflows Resolve sewer blockages and flooding Long-term asset management planning Wastewater Treatment & Discharge Sewage treatment Management of discharge consents/permits MCERTS calibration and reporting Sludge treatment and disposal Pre-planned maintenance and reactive repairs Proactive investment Long-term asset management planning Surface Water Systems Operation and maintenance of oil water interceptors, surface water sewers and surface water discharges Flood defences and surface water flooding management Reactive repairs Proactive investment Long-term asset management planning Helpdesk & Stakeholder Management 24/7 omnichannel helpdesk Incident management and emergency Water and Wastewater services Job triage, scheduling, and feedback Complaints resolution Performance management Water and Wastewater Sampling & Analysis Water and Wastewater quality sampling Specialist laboratory and testing Reporting Specific sampling and analysis services Water and Wastewater Management Services Statutory Undertaker (SU) & Retailer Charges SU relationship management Cost forecasting SU annual negotiations Maximum Daily Demand (MDD) tariffs management Management of trade effluent discharge consents Retailer contract negotiation Issue resolution Estate Development & Change Liaison with estate development teams and developers Approvals for WWW connections Acceptance and management of third-party assets Management of MOD Third-Party agreements Easements and access rights MOD customer management and charging Third party agreements and base separations Supplier Management Appointment and management of suppliers Small to medium siz

Full notice text

Scope

Procurement reference

714602450

Procurement description

The Defence Infrastructure Organisation (DIO) on behalf of the Ministry of Defence (MOD), is looking to secure the provision of end-to-end WWW services for the MOD’s specified estate in England and Wales, through a single Managed Service Provider (MSP).

MOD has a significant and geographically dispersed WWW estate in England and Wales with a combination of public supply and its own private water network. The Contract will go-live in 2 main stages with Wales and South-West England going first on 01 Dec 2028, with the rest of England on 30 Mar 2030, with the other smaller requirements going live as the Authority’s other contracts and agreements expire or earlier with the agreement of the MSP.

The Defence Water Services Programme (DWSP) will deliver a single contract to effectively support, manage and assure supply chain WWW service provision, delivering a common user experience across the England and Wales estate. Due to the extent and dispersed nature of MOD WWW assets, the MSP will need to demonstrate all technical competencies required to deliver the full spectrum of WWW services which may include but may not be limited to:

Operational Water and Wastewater Services

Water Abstraction & Treatment Water Abstraction & Treatment

Abstraction licensing management

Water resource management

Operation and maintenance of raw water reservoirs and water treatment works

Provision of emergency water supplies and alternative supplies for security and resilience

Long-term asset management planning

Potable Water Distribution & Measurement Maintenance of water mains and service pipes

Lead pipe replacement

Operation and maintenance of service reservoirs, booster pumps and Pressure Reducing Valves (PRVs)

Additional dosing

Metering and measurement

Pre-planned maintenance and reactive repairs

Proactive investment planning

Long-term asset management planning

Non-Potable Water Systems (e.g. Fire Mains) Operation and maintenance of emergency water storage, dedicated fire mains, valves and hydrants, softened water systems and saltwater systems

Pre-planned maintenance and reactive repairs

Proactive investment planning

Wastewater Collection (Sewerage & Pumping) Sewage collection and sewerage systems

Operation and maintenance of sewage pumping stations, rising mains, combined sewer overflows

Resolve sewer blockages and flooding

Long-term asset management planning

Wastewater Treatment & Discharge Sewage treatment

Management of discharge consents/permits

MCERTS calibration and reporting

Sludge treatment and disposal

Pre-planned maintenance and reactive repairs

Proactive investment

Long-term asset management planning

Surface Water Systems Operation and maintenance of oil water interceptors, surface water sewers and surface water discharges

Flood defences and surface water flooding management

Reactive repairs

Proactive investment

Long-term asset management planning

Helpdesk & Stakeholder Management 24/7 omnichannel helpdesk

Incident management and emergency Water and Wastewater services

Job triage, scheduling, and feedback

Complaints resolution

Performance management

Water and Wastewater Sampling & Analysis Water and Wastewater quality sampling

Specialist laboratory and testing

Reporting

Specific sampling and analysis services

Water and Wastewater Management Services

Statutory Undertaker (SU) & Retailer Charges SU relationship management

Cost forecasting

SU annual negotiations

Maximum Daily Demand (MDD) tariffs management

Management of trade effluent discharge consents

Retailer contract negotiation

Issue resolution

Estate Development & Change Liaison with estate development teams and developers

Approvals for WWW connections

Acceptance and management of third-party assets

Management of MOD Third-Party agreements Easements and access rights

MOD customer management and charging

Third party agreements and base separations

Supplier Management Appointment and management of suppliers

Small to medium sized enterprise (SME) analysis

Other Services

Energy management Implementation of an energy management strategy

Network optimisation Advise MOD on asset optimisation

Identify over/under capacity

Recommend removal of surplus or redundant assets

Security and Resilience of Supply Collaborate with MOD to mitigate security and supply resilience issues

Demand Supply Balancing Ensure a sustainable water supply that meets actual and forecasted demand

Meter Calibration Verify and adjust water meter accuracy

Anomaly Investigation

Detection of unusual behaviours in water systems

Analysis of deviations from normal operations

Response to anomalies across the water cycle

Licensing and Permit Management Management of licenses and permits

Innovation Support MOD in driving and implementing innovation

Further information regarding the scope of the contract and the key features of the future arrangements can be found in the DWSP Concept Paper. During the life of the contract there may be growth or reduction in estate driven by changes in defence outputs and requirements.

Main category

Services

Delivery regions

  • UKL - Wales
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKH - East of England

Total value (estimated, excluding VAT)

2300000000 GBP to 2300000000GBP

Contract dates (estimated)

01 February 2028, 00:00AM to 31 January 2035, 23:59PM

Extension end date (if all the extensions are used): 31 January 2038

Contracting authority

Defence Infrastructure Organisation

Identification register:

  • GB-PPON

Address 1: St George's House, DMS Whittington

Town/City: Lichfield

Postcode: WS149PY

Country: United Kingdom

Public Procurement Organisation Number: PPWG-8368-RJMG

NUTS code: UKG24

Email: diocomrcl-pfiexpiryteam@mod.gov.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 65110000 - Water distribution
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50411100 - Repair and maintenance services of water meters
  • 45232450 - Drainage construction works
  • 71900000 - Laboratory services
  • 44482200 - Fire hydrants
  • 48444100 - Billing system
  • 44163100 - Pipes
  • 79993000 - Building and facilities management services
  • 38421100 - Water meters
  • 45232410 - Sewerage work
  • 45246400 - Flood-prevention works
  • 45246410 - Flood-defences maintenance works
  • 72253000 - Helpdesk and support services
  • 79112100 - Stakeholders representation services
  • 71314200 - Energy-management services

Delivery regions

  • UKL - Wales
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKH - East of England

Lot value (estimated)

2300000000 GBP Excluding VAT

2760000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Contract start date (estimated)

01 February 2028, 00:00AM

Contract end date (estimated)

31 January 2035, 23:59PM

Extension end date (estimated)

31 January 2038, 23:59PM

Can the contract be extended?

Yes

Description of extensions

There is an option to extend for up to three years (3) which may be taken at the Authority's discretion.

Participation

Conditions of participation

As described in the PSQ Guidance document on the Defence Sourcing Portal.

Award criteria

Weighting description

The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) methodology. WtP does not use traditional weightings, instead, the Authority will determine a single variable that reflects its willingness to pay (or not pay) for incremental delivery improvments (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (COPIS). The COPIS will be provided as part of the Tender documentation.

The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may include Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value, other questions related to the required services as deemed necessary by the Authority. Further information will be provided as part of the Tender Documentation.

Type: cost

Name

Cost

Description

Cost - The Authority intend to use a Willingness to Pay (WtP) Most Advantageous Tender (MAT) methodology. WtP does not use traditional weightings, instead, the Authority will determine a single variable that reflects its willingness to pay (or not pay) for incremental delivery improvements (i.e. each point increase in the quality score). This WtP gradient is known as the Cost of One Point Increase in Score (COPIS). The COPIS will be provided as part of the Tender documentation.

Type: quality

Name

Quality

Description

The Authority intend to use a number of scored weighted quality questions. The headings of the scored weighted quality questions may include Resourcing to manage, deliver and assure services; Mobilisation and Transition; Helpdesk; Sustainability; Data, Management Information and Business Processes; Collaboration; Social Value, other questions related to the required services as deemed necessary by the Authority. Further information will be provided as part of the Tender Documentation.

Contract terms and risks

Payment terms

All payments will be made through the Authority's Contracting, Purchasing & Finance

(CP&F) system and will be in accordance with future contractual arrangements.

Description of risks to contract performance

The following are known risks which, if they were to materialise, could prevent the satisfactory performance of the Contract for the Authority and require a subsequent modification to the contract under paragraph 5 of Schedule 8 of the Procurement Act 2023.

The Authority reserves the right to amend the scope, timeline and contract value accordingly without a further procurement procedure, under the grounds permitted for materialisation of a known risk within the Procurement Act 2023.

External Standards and Policy Changes

Changes to external standards, regulations, or policies, beyond the Authority’s control including changes in allowable funding may necessitate contract amendments. These could result in unforeseen impacts on delivery timelines and associated costs.

Geopolitical and Defence Landscape Shifts

Evolving geopolitical conditions, shifting Defence priorities, or changes in the nature of conflict may alter the demand profile. The supplier must remain adaptable to accommodate fluctuations in service requirements.

Water Supply Disruption or Contamination Events

Any discovery of contamination or limited access to potable water which could disrupt operations and affect the usability of buildings or sites. This may lead to unanticipated costs and potential contract modifications.

Submission

Expression of interest deadline

18 March 2026, 12:00PM

Enquiry deadline

11 March 2026, 12:00PM

Date of award of contract

17 August 2027, 23:59PM

Submission address and any special instructions

https://contracts.mod.uk/esop/toolkit/opportunity/ns/60136/detail.si?isOnModification=false&_ncp=1757597434013.143919-2

Maximum number of suppliers to be invited to tender

6

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

future

Document type

Bidding documents

Document type

All PSQ and Tender documentation will be shared via DSP. Tender documentation will only be available to downselected bidders.

The Authority will additionally provide access to a Virtual Data Room in which to share additional data to support Tender preparation to the downselected bidders at the Tender stage.

Coding

Commodity categories

ID Title Parent category
48444100 Billing system Accounting system
79993000 Building and facilities management services Miscellaneous business-related services
45232450 Drainage construction works Ancillary works for pipelines and cables
71314200 Energy-management services Energy and related services
44482200 Fire hydrants Fire-protection devices
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
72253000 Helpdesk and support services System and support services
71900000 Laboratory services Architectural, construction, engineering and inspection services
44163100 Pipes Pipes and fittings
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50411100 Repair and maintenance services of water meters Repair and maintenance services of measuring apparatus
45232410 Sewerage work Ancillary works for pipelines and cables
79112100 Stakeholders representation services Legal representation services
65110000 Water distribution Water distribution and related services
38421100 Water meters Flow-measuring equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.