Loading page content…
Loading page content…
13 live contracts · Updated daily · Contracts Finder + Find a Tender Service
LOT 1 - PPE (PERSONAL PROTECTIVE EQUIPMENT), WORKWEAR, VENDING MACHINES and ACCESSORIES Est Annual Spend £1.7m PPE • All PPE must be UKCA/CE marked and meet all relevant EN standards. • Suitable for harsh water utility environments (wet, corrosive, confined spaces). • Inclusive size ranges for all genders, maternity, and culturally appropriate requirements. • Compatibility when used together (e.g., hard hats, visors, ear defenders). Applicable standards (not exhaustive): • EN 340 (General) • EN 397 / EN 812 / EN 50365 (Head protection). • EN 166, EN 170/171, EN 169 (Eye protection) • EN 352 (Hearing protection) • EN 388 / EN 374 (Hand protection) • EN ISO 20345 (Footwear) S3 minimum, with antistatic/ESD options for ATEX environments. • Hi-vis, chemical suits, prescription eyewear as applicable. • Touchscreen compatible hand protection where safe. • UV/polarised/tinted eye protection options • Samples and trials to be provided on request. • Lightweight footwear options where specified. • Safety trainers to be an available option in footwear • Women's and unisex sizing must account for women's anatomical fit and last. • Foot fitting services must be available for all safety boot requirements • Technical/safety data sheets must be easily accessible for all footwear items. • Full provision, including prescription eyewear. • Prescription safety eyewear to be managed via the suppliers chosen Opticians workflow • Full range hearing protection including earmuffs and ear plugs. • Full range of hand protection including thermal, cut resistant, waterproof, chemical resistant, and electricians' gloves. • Full range from bump caps to hard hats and thermal hats in head protection range. • STW/HDSD logo application required on specified items. • Include (not limited to) gas suits, chemical coveralls/boilersuits, storage solutions, knee protection, ICE products, and nonslip ice grabbers. • All items must be standards compliant, new, and defect free. • Hi-Vis branding placement: left breast position (LBP) and "Water" back print for jackets. Dual language options must be available for HD • Where brand specific garments are mandated, supply those; where proposing alternatives, match on fit/size. • For workwear Navy garments and formal shirts (white, navy, pale blue) for men and women. • Durable, chemical and moisture resistant; must maintain branding integrity. • EN 343 waterproof/breathable performance for relevant garments. • Flame-retardant garments to EN ISO 11612 • Sustainable material options encouraged Nonbranded items: supply within agreed lead times; offer an alternative if unavailable. Branded items: supply within agreed lead times; maintain safety stock contingency to avoid stock risks in accordance with operational guidelines. Arc Flash and Flame-Resistant Clothing • Must comply with IEC 614822 and EN ISO 11612 • Clear arc rating labelling; minimum 50 launder cycles without degrading performance. • Full head-to-toe range required (summer and winter options) • Unlimited wash cycle garments desirable. • Gender and bespoke fit available to all employees. Vending Machine Requirements There are currently 6 active vending machines across the business (subject to change based on use, business needs, and demand). The requirement may increase or decrease during the contract term. Machines may be requested in any of the regions listed in Appendix A. The supplier is solely responsible for implementation, supply, servicing, and maintenance. Current Machine locations are; Wrexham, Leicester, Hucknall Road, Burslem, Edgbaston & Staverton. Service Model • Free of Charge setup/installation; weekly/monthly replenishment; retrospective consolidated monthly invoicing (goods charged on usage); supplier responsible for service, upkeep, and replacement. • 24/7 availability where appropriate; remote monitoring; automated stock control; usage reporting. Stock Management and Performance • Minimum stock thresholds with zero stockouts; preventive maintenance every 6 months or as/when required; reactive maintenance within 24 hours. Integration and Tracking • Integration with STW asset systems; automated replenishment triggers; user specific tracking via existing employee ID cards. Hardware • Machine types may include carousel or locker; power/connectivity suitable for remote sites. LOT 2 - RPE (RESPIRATORY PROTECTIVE EQUIPMENT) Est Annual Spend £400k Technical RPE Specifications • FFP3 masks (valved and non-valved). • Positive Pressure SCBA for confined space entry. • Applicable Standards: • EN 149 - Disposable RPE • EN 140 - Half masks • EN 136 - Full face masks • EN 137 / EN 1146 - SCBA • EN 143 / EN 14387 - Filters • EN 12941 / EN 12942 - Powered RPE Power Unit Spec • Belt mounted (EN 12941 TH3) • AFP40 • 180-240 Litres per minute of air flow • 5 Different air speed settings • 8 Hour battery • IP 54 • Visual, Audible and Vibration Full Filter Alarm • Visual, Audible and Vibration Missing Filter Alarm • EN 12941 TH3 Headtop Unit Spec • Certified to use with Hard hat • Certified to use with Ear Defenders • EN 12941 TH3 • AFP40 • EN 166 1 BT 3 4 5 9 KN • K - Anti-scratch • N - Anti-mist RPE Supplier Responsibilities • Face fit testing (Fit2Fit accredited) for all RPE users with full, auditable records. • Maintenance scheduling and statutory servicing of BA sets in line with COSHH. • Training on use, care, and storage of RPE. Specialist Support Requirements Provision of solutions for all requirements where RPE is required, and including support for, but not limited to: • Confined spaces • Cutting asbestos • Working on sewage pipes, manholes and tunnels
£2,100,000
Contract value
This tender process is for the provision of Service, Maintenance and Repair of Analytical Monitoring Equipment. A summary of the scope and critical activities forming part of this tender is stated below. Service, Maintenance and Repair of Analytical Monitoring Equipment associated with drinking water and sewage treatment. STW and HD has a multiple OEM installed asset base, which includes but is not limited to ABB, bNovate, Endress & Hauser, Hach Lange and PPM analytical monitors. Our current asset base is in the region of 2000 analytical monitors which are spread across ~560 STW and HD sites all within the STW and HD region. Any potential supplier must have the ability to service, maintain, and repair all Analytical Monitors across the whole of the STW and HD region on both waste water and clean sites. This will also include management of the end-to-end process including scheduling, procurement of spares, replacement monitors, technical support, and callout. The potential supplier will also be required to carry out other activities such as Final Effluent chamber cleaning to ensure Final Effluent Analytical Monitors being serviced and maintained, are always providing accurate data. The Framework is expected to be awarded for an initial 3 years, with a further 5 x 1 year of options. Monitors in scope but not limited to; • Aluminium Monitors • Ammonia Monitors • Dissolved Oxygen Monitors • Final Effluent Monitors • Flow Cytometry • Fluoride Monitors • Iron Monitors • Nitrate Monitors • Nitrous Oxide Monitors • Phosphate Monitors • Turbidity monitors Analytical Monitors are serviced and maintained according to manufacturers, suppliers or STWs requirements. The current frequency of work undertaken is fortnightly, monthly, every 2 months and annually depending on the analytical monitor. The supplier will be responsible for the planning and scheduling of their own work to ensure analytical monitors are always proving accurate data. The supplier will be expected to access STW and HD eSCADA system and undertake pro-active analysis and take appropriate actions to ensure the Utilities analytical monitors are always providing accurate
£21,488,000
Contract value
Severn Trent requires a single, integrated waste water monitoring and alert platform. Relying on multiple standalone systems for different functions leads to inefficiencies, data inconsistencies, and slower decision-making. A unified solution will provide complete network visibility, enable smooth data exchange across all components, and support faster, more effective operational responses. The platform must be able to perform efficiently and accurately across our entire waste water network. Some context to this is provided below: • Population served (sewerage): 8.5 million people across the Midlands and Mid‑Wales • Number of sewage treatment works: 1,017 sites handling everything from small rural works to large regional plants • Daily wastewater transport: 3.1 billion litres carried through c.93,000 km of sewer pipes (combined and foul) The platform must combine all the following capabilities within one solution (not delivered as separate, disconnected modules): • Pumping Station Monitoring: Delivers real-time insights into pump performance across the network, highlighting inefficiencies, abnormal behaviour, or potential failures to reduce downtime and improve asset reliability. • Blockage Prediction: Uses flow and level data to identify unusual patterns that indicate potential blockages, enabling proactive maintenance before issues escalate into customer disruption or pollution. • Customer Sewer Alarm (CSA): Provides early warning alerts for customer-facing areas of the network where blockages or overflows could cause property flooding. This includes monitoring both digital and analog pressure data to detect problems before customers are impacted. • Burst Rising Main Detection: Accurately detects bursts in pressurised sewage mains to minimise pollution risk and operational disruption. • Excess Water Detection: Identifies abnormal water ingress from sources such as rivers, groundwater, or misconnected rainwater, which can lead to spills, damage, and reduced efficiency. • Network Spill Forecasting: Predicts spill risk based on rainfall, network capacity, and system behaviour, enabling early interventions to maintain compliance and reduce environmental impact. • Sewage Treatment Works Monitoring: Provides early detection of process abnormalities and compliance risks by analysing key treatment parameters and storm‑tank behaviour, enabling proactive interventions to protect permit performance and environmental outcomes. The platform must be a proven, commercially available product - not in early development or awaiting first deployment - and should have demonstrated successful results with other water companies, ideally within the UK and particularly with other WASCs. Severn Trent wish to consider products that offer the same functionality and scale as the systems in place within the business today; there will be no opportunity for ramp-up development. The platform should ensure full compatibility with Severn Trent's existing sensor fleet and seamlessly integrates with core utility systems (including SCADA, telemetry, SAP, and GIS), meeting interoperability standards to interpret data from all current sensors and network devices. Severn Trent will not consider any platforms that require new sensors to be introduced and installed. Severn Trent Water is a business that operates 24 hours a day, 7 days a week, all year round. Given the nature of this platform, Severn Trent Water are looking for a vendor who can offer enhanced software support and agreed service levels. Applicants who cannot demonstrate a suitable level of support will be rejected.
Value undisclosed
Severn Trent requires a single, integrated waste water monitoring and alert platform. Relying on multiple standalone systems for different functions leads to inefficiencies, data inconsistencies, and slower decision-making. A unified solution will provide complete network visibility, enable smooth data exchange across all components, and support faster, more effective operational responses. The platform must be able to perform efficiently and accurately across our entire waste water network. Some context to this is provided below: • Population served (sewerage): 8.5 million people across the Midlands and Mid‑Wales • Number of sewage treatment works: 1,017 sites handling everything from small rural works to large regional plants • Daily wastewater transport: 3.1 billion litres carried through c.93,000 km of sewer pipes (combined and foul) The platform must combine all the following capabilities within one solution (not delivered as separate, disconnected modules): • Pumping Station Monitoring: Delivers real-time insights into pump performance across the network, highlighting inefficiencies, abnormal behaviour, or potential failures to reduce downtime and improve asset reliability. • Blockage Prediction: Uses flow and level data to identify unusual patterns that indicate potential blockages, enabling proactive maintenance before issues escalate into customer disruption or pollution. • Customer Sewer Alarm (CSA): Provides early warning alerts for customer-facing areas of the network where blockages or overflows could cause property flooding. This includes monitoring both digital and analog pressure data to detect problems before customers are impacted. • Burst Rising Main Detection: Accurately detects bursts in pressurised sewage mains to minimise pollution risk and operational disruption. • Excess Water Detection: Identifies abnormal water ingress from sources such as rivers, groundwater, or misconnected rainwater, which can lead to spills, damage, and reduced efficiency. The platform must be a proven, commercially available product - not in early development or awaiting first deployment - and should have demonstrated successful results with other water companies, ideally within the UK and particularly with other WASCs. Severn Trent wish to consider products that offer the same functionality and scale as the systems in place within the business today; there will be no opportunity for ramp-up development. The platform should ensure full compatibility with Severn Trent's existing sensor fleet and seamlessly integrates with core utility systems (including SCADA, telemetry, SAP, and GIS), meeting interoperability standards to interpret data from all current sensors and network devices. Severn Trent will not consider any platforms that require new sensors to be introduced and installed. Severn Trent Water is a business that operates 24 hours a day, 7 days a week, all year round. Given the nature of this platform, Severn Trent Water are looking for a vendor who can offer enhanced software support and agreed service levels. Applicants who cannot demonstrate a suitable level of support will be rejected.
Value undisclosed
The Utilities requirement is for the provision of a multi lot Tunnelling, Drilling & Shaft Works Framework for the delivery of works as Build Only and Design & Build across the Utilities regions. The Lots are detailed below. B = Build Only, D&B = Design & Build 1 B Pipe Ramming 1 D&B Pipe Ramming 2 B Thrust Boring 2 D&B Thrust Boring 3 B Horizontal Directional Drilling (25-630) 3 D&B Horizontal Directional Drilling (25-630) 4 B Horizontal Directional Drilling (630-1200) 4 D&B Horizontal Directional Drilling (630-1200) 5 B Horizontal Directional Drilling - Rock Drilling (50-500) 5 D&B Horizontal Directional Drilling - Rock Drilling (50-500) 6 B Timber Heading 6 D&B Timber Heading 7 B Micro Tunnelling 7 D&B Micro Tunnelling 8 B Auger Boring 8 D&B Auger Boring 9 B Direct Pipe 9 D&B Direct Pipe 10 B Pipe Jacking 10 D&B Pipe Jacking 11 B Segmental Tunnelling 11 D&B Segmental Tunnelling 12 B Under Pinning (Free Air) 12 D&B Under Pinning (Free Air) 13 B Under Pinning (Compressed Air) 13 D&B Under Pinning (Compressed Air) 14 B Open Caisson Wet 14 D&B Open Caisson Wet 15 B Open Caisson Dry 15 D&B Open Caisson Dry 16 B Sheet Piled Pits 16 D&B Sheet Piled Pits 17 B Timber Shafts 17 D&B Timber Shafts Interested parties are to note; - the Utilities requirements will be predominantly Design & Build. - participants can not bid for a shaft lot in isolation (lots 12-17) they must have drilling/ tunnelling capability. - during tendering bidders will be evaluated and subsequently awarded Lots where bidders have demonstrated the required competency. The Utilities intend to call of works via mini competition or direct allocation where direct allocation allows. Further detail is provided in the PQQ and RFP Briefings and tender documents
£1,200,000,000
Contract value
This tender process is for the provision of Core Networks services. A high-level summary of the scope across all Lots is set out below. Bidders are invited to propose a solution that is capable of delivering a modern, integrated network and voice solution that meets the Utilities core connectivity requirements and ensures comprehensive Local Area Network (LAN) support, whilst also suggesting alternative options to enable diverse network connectivity.
£14,400,000
Contract value
This tender process is for the provision of Core Networks services. A high-level summary of the scope across all Lots is set out below. Bidders are invited to propose a solution that is capable of delivering a modern, integrated network and voice solution that meets the Utilities core connectivity requirements and ensures comprehensive Local Area Network (LAN) support, whilst also suggesting alternative options to enable diverse network connectivity.
£14,400,000
Contract value
This tender process is for the provision of Core Networks services. A high-level summary of the scope across all Lots is set out below. Bidders are invited to propose a solution that is capable of delivering a modern, integrated network and voice solution that meets the Utilities core connectivity requirements and ensures comprehensive Local Area Network (LAN) support, whilst also suggesting alternative options to enable diverse network connectivity.
£14,400,000
Contract value
The provision of new and used leased electric vehicles to employees via Salary Sacrifice
£20,000,000
Contract value
Frameworks for the provision of: 1. End to End Management of Borehole Pumps 2. Supply of Split Case, End Suction & Vertical Turbine Pumps and Spares 3. Supply of Multistage & Booster Sets and Spares 4. Supply of Progressive Cavity Pumps and Spares 5. Supply of Ram Pumps and Spares 6. Supply of Motors 7. Repair of Motors 8. Supply of Gearboxes 9. Repair of Gearboxes 10. Pump Refurbishment & Repair
£55,000,000
Contract value
Ductile Iron Pipe and Associated Fittings for Waste Water, and Potable Water applications.
Value undisclosed
Ductile Iron Pipe and Associated Fittings for Waste Water, and Potable Water applications.
Value undisclosed
A Qualifying Utilities Dynamic Market (QUDM) covering ad-hoc CHP (Combined Heat & Power) maintenance parts such as bespoke pumps, turbos, starter products, B&R cards & panels, plate/heat exchangers, alternators and electrics. Ongoing servicing parts/kits for CHP engines.
Value undisclosed