Buyer Name: Defence Infrastructure Organisation
Buyer Address: St George's House, DMS Whittington, Lichfield, UKG24, WS149PY, United Kingdom
Contact Email: diocomrcl-pfiexpiryteam@mod.gov.uk
Buyer Name: Defence Infrastructure Organisation
Buyer Address: St George's House, DMS Whittington, Lichfield, UKG24, WS149PY, United Kingdom
Contact Email: diocomrcl-pfiexpiryteam@mod.gov.uk
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/001236-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 2,300,000,000
Lot 1 Value (Gross): GBP 2,760,000,000
Lot 1 Contract Start: 2028-02-01T00:00:00+00:00
Lot 1 Contract End: 2035-01-31T23:59:59+00:00
Lot 1 Award Criterion (cost): Cost
Lot 1 Award Criterion (quality): Quality
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PPWG-8368-RJMG",
"name": "Defence Infrastructure Organisation"
},
"date": "2026-01-07T17:08:39Z",
"id": "001236-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-050318",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Lichfield",
"postalCode": "WS149PY",
"region": "UKG24",
"streetAddress": "St George\u0027s House, DMS Whittington"
},
"contactPoint": {
"email": "diocomrcl-pfiexpiryteam@mod.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PPWG-8368-RJMG",
"identifier": {
"id": "PPWG-8368-RJMG",
"scheme": "GB-PPON"
},
"name": "Defence Infrastructure Organisation",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2027-08-17T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "All payments will be made through the Authority\u0027s Contracting, Purchasing \u0026 Finance\n(CP\u0026F) system and will be in accordance with future contractual arrangements."
},
"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\u2019s specified estate in England and Wales, through a single Managed Service Provider (MSP).\nMOD 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\u2019s other contracts and agreements expire or earlier with the agreement of the MSP. \nThe 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:\nOperational Water and Wastewater Services\nWater Abstraction \u0026 Treatment \tWater Abstraction \u0026 Treatment \n\tAbstraction licensing management \n\tWater resource management \n\tOperation and maintenance of raw water reservoirs and water treatment works \n\tProvision of emergency water supplies and alternative supplies for security and resilience \n\tLong-term asset management planning \nPotable Water Distribution \u0026 Measurement \tMaintenance of water mains and service pipes \n\tLead pipe replacement \n\tOperation and maintenance of service reservoirs, booster pumps and Pressure Reducing Valves (PRVs) \n\tAdditional dosing \n\tMetering and measurement \n\tPre-planned maintenance and reactive repairs \n\tProactive investment planning \n\tLong-term asset management planning \nNon-Potable Water Systems (e.g. Fire Mains) \tOperation and maintenance of emergency water storage, dedicated fire mains, valves and hydrants, softened water systems and saltwater systems \n\tPre-planned maintenance and reactive repairs \n\tProactive investment planning \nWastewater Collection (Sewerage \u0026 Pumping) \tSewage collection and sewerage systems \n\tOperation and maintenance of sewage pumping stations, rising mains, combined sewer overflows \n\tResolve sewer blockages and flooding \n\tLong-term asset management planning \nWastewater Treatment \u0026 Discharge \tSewage treatment \n\tManagement of discharge consents/permits \n\tMCERTS calibration and reporting \n\tSludge treatment and disposal \n\tPre-planned maintenance and reactive repairs \n\tProactive investment \n\tLong-term asset management planning \nSurface Water Systems \tOperation and maintenance of oil water interceptors, surface water sewers and surface water discharges \n\tFlood defences and surface water flooding management \n\tReactive repairs \n\tProactive investment \n\tLong-term asset management planning \nHelpdesk \u0026 Stakeholder Management \t24/7 omnichannel helpdesk \n\tIncident management and emergency Water and Wastewater services \n\tJob triage, scheduling, and feedback \n\tComplaints resolution \n\tPerformance management \nWater and Wastewater Sampling \u0026 Analysis \tWater and Wastewater quality sampling \n\tSpecialist laboratory and testing \n\tReporting \n\tSpecific sampling and analysis services \nWater and Wastewater Management Services \nStatutory Undertaker (SU) \u0026 Retailer Charges\tSU relationship management \n\tCost forecasting \n\tSU annual negotiations \n\tMaximum Daily Demand (MDD) tariffs management \n\tManagement of trade effluent discharge consents \n\tRetailer contract negotiation \n\tIssue resolution \nEstate Development \u0026 Change \tLiaison with estate development teams and developers \n\tApprovals for WWW connections \n\tAcceptance and management of third-party assets \nManagement of MOD Third-Party agreements\tEasements and access rights \n\tMOD customer management and charging \n\tThird party agreements and base separations \nSupplier Management \tAppointment and management of suppliers \n\tSmall to medium sized enterprise (SME) analysis \nOther Services \nEnergy management \tImplementation of an energy management strategy \nNetwork optimisation \tAdvise MOD on asset optimisation \n\tIdentify over/under capacity \n\tRecommend removal of surplus or redundant assets \nSecurity and Resilience of Supply \tCollaborate with MOD to mitigate security and supply resilience issues \nDemand Supply Balancing \tEnsure a sustainable water supply that meets actual and forecasted demand \nMeter Calibration \tVerify and adjust water meter accuracy \nAnomaly Investigation \n\tDetection of unusual behaviours in water systems \n\tAnalysis of deviations from normal operations \n\tResponse to anomalies across the water cycle \nLicensing and Permit Management \tManagement of licenses and permits \nInnovation \tSupport MOD in driving and implementing innovation \nFurther 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.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "All PSQ and Tender documentation will be shared via DSP. Tender documentation will only be available to downselected bidders.\nThe 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.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2026-01-07T17:08:39Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "001236-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/001236-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-11T12:00:00+00:00"
},
"expressionOfInterestDeadline": "2026-03-18T12:00:00+00:00",
"id": "714602450",
"items": [
{
"additionalClassifications": [
{
"description": "Water distribution",
"id": "65110000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of firefighting equipment",
"id": "50413200",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of water meters",
"id": "50411100",
"scheme": "CPV"
},
{
"description": "Drainage construction works",
"id": "45232450",
"scheme": "CPV"
},
{
"description": "Laboratory services",
"id": "71900000",
"scheme": "CPV"
},
{
"description": "Fire hydrants",
"id": "44482200",
"scheme": "CPV"
},
{
"description": "Billing system",
"id": "48444100",
"scheme": "CPV"
},
{
"description": "Pipes",
"id": "44163100",
"scheme": "CPV"
},
{
"description": "Building and facilities management services",
"id": "79993000",
"scheme": "CPV"
},
{
"description": "Water meters",
"id": "38421100",
"scheme": "CPV"
},
{
"description": "Sewerage work",
"id": "45232410",
"scheme": "CPV"
},
{
"description": "Flood-prevention works",
"id": "45246400",
"scheme": "CPV"
},
{
"description": "Flood-defences maintenance works",
"id": "45246410",
"scheme": "CPV"
},
{
"description": "Helpdesk and support services",
"id": "72253000",
"scheme": "CPV"
},
{
"description": "Stakeholders representation services",
"id": "79112100",
"scheme": "CPV"
},
{
"description": "Energy-management services",
"id": "71314200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"noLotsDivisionRationale": "The Authority is looking to deliver all its WWW Services across the England and Wales estate, this will be through a single supplier holistic approach to enable consistency and the ability to react to the changes in the MOD demand, therefore lots do not support this approach."
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"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.",
"name": "Cost",
"type": "cost"
},
{
"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.",
"name": "Quality",
"type": "quality"
}
],
"weightingDescription": "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.\nThe 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."
},
"contractPeriod": {
"endDate": "2035-01-31T23:59:59+00:00",
"maxExtentDate": "2038-01-31T23:59:59+00:00",
"startDate": "2028-02-01T00:00:00+00:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "There is an option to extend for up to three years (3) which may be taken at the Authority\u0027s discretion."
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"description": "As described in the PSQ Guidance document on the Defence Sourcing Portal.",
"forReduction": true
}
]
},
"status": "active",
"value": {
"amount": 2300000000,
"amountGross": 2760000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023.\nPotential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the Procurement Specific Questionnaire (PSQ) supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party\u0027s participation in the procurement. Please note that any incumbent supplier providing Water and Wastewater (WWW) Services and or supporting the DWSP or Aquatrine that is shortlisted to participate in the Tender Process will be required to sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process.\nThe PSQ (including Conditions of Participation) is available within the Defence Sourcing Portal (DSP) and will be used to down select to no more than 6 suppliers, who will be invited to the next stage of the Tender process. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons and whether the suppliers are UK suppliers under the Procurement Act 2023. \nA clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority. All clarification questions must go through the DSP, further information regarding this process can be found in the DWSP PSQ guidance document.\nWithin the PSQ there are a mix of questions: Pass/Fail and scored questions. A Fail in a Pass/Fail question will result in exclusion and further evaluation will not take place.\nFor those suppliers who Pass all the Pass/Fail questions, their overall technical score will determine their ranking. Those suppliers ranking in the top 6 will be Invited to Tender.\nWhere there is a tie at Positions 6 and 7 (or more), the decision on which supplier(s) will be Invited to the next stage will be based on the 4 scored questions at 3.9 (Technical Ability and Project Experience) of the PSQ, the process will be as followed:\n1.\tInitially on the highest score on question 3.9.1 of the Technical Conditions of Participation. \n2.\tWhere this still results in a tie, the decision will be based on the highest score for question 3.9.2. \n3.\tWhere this still results in a tie, the decision will be based on the highest score for question 3.9.3.\n4.\tWhere this still results in a tie, the decision will be based on the highest score for question 3.9.4.\nIf this sequential process does not result in a clear 6th place, then the Authority reserves the right to proceed to tender with additional suppliers who share equal 6th position.\nFollowing the down selection, the down selected Bidders will be given access to the AWARD system. Tender documentation will be available on AWARD at the appropriate stages. A clarification process will be used during the tendering period to allow Bidder the opportunity to seek clarification from the Authority. A summary of the award criteria will be explained further in the Tender documentation. The Authority reserves the right to refine the award criteria before and during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the scored quality questions including revision to the weightings.\nThe following supplementary processes may be used by the Authority (further details are set out in the additional tender documentation):\n- Co-create workshops - where bidders have an opportunity to comment on key Tender documentation prior to the invitation to submit outline solutions.\n - Invitation to Submit Outline Solutions (ISOS) - this may include a down select to 3 tenderers, details of the criteria for down-select will be included in the Tender documentation. \n- Dialogue sessions will be held with each tenderer \u2013 this is for the Authority to understand the proposed outline solution and where necessary request further explanation.\n- Supplier presentations / site visits / other collaborative behavioural assessments \u2013 may take place during the Tender, and Tender Evaluation.\n- Invitation to Submit Detailed Solution (ISDS).\n- Clarifications \u2013 The Authority to confirm understanding during the tender evaluation period\n- Best and Final Offer\n- Preferred Supplier Stage \nThe Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to;\n- amendments to the tender documents which may provide clarification\n- refining the specification as the competitive flexible procedure progresses\n- reduce and or increase timescales.\nIf any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued.\nUnder Section 43 of the Procurement Act 2023, the Authority reserves the right to Direct Award should there be no suitable tenders or requests to participate be received."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "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.\nThe 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. \nExternal Standards and Policy Changes\nChanges to external standards, regulations, or policies, beyond the Authority\u2019s control including changes in allowable funding may necessitate contract amendments. These could result in unforeseen impacts on delivery timelines and associated costs.\nGeopolitical and Defence Landscape Shifts\nEvolving 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.\n\u2003\nWater Supply Disruption or Contamination Events\nAny 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.",
"status": "active",
"submissionMethodDetails": "https://contracts.mod.uk/esop/toolkit/opportunity/ns/60136/detail.si?isOnModification=false\u0026_ncp=1757597434013.143919-2",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "Defence Water Services Programme - UK4",
"value": {
"amount": 2300000000,
"amountGross": 2760000000,
"currency": "GBP"
}
}
}