Tender

Control and Automation

  • THAMES WATER UTILITIES LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-001890

Procurement identifier (OCID): ocds-h6vhtk-0602e6

Published 9 January 2026, 2:03pm



Scope

Reference

FA2208

Description

Thames Water wishes to award a framework agreement to suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across the identified the lotting structures.

Due to breadth and scale of Thames Waters AMP8 delivery program and the varying condition of buildings and structures within the Thames Water estate, there is need to carry out new installations, renovation and remedial works to ensure they deliver AMP projects and remain fit for purpose.

The Framework Agreement will cover the following works:

Lot 1: Systems Integration (SI)

Lot 2a: Low Voltage Assemblies (LVAs)

Lot 2b: Small Sewage Pumping Stations (SSPS) LVAs

Lot 3a: New or Modification EICA Installations

Lot 3b: Small Sewage Pumping Stations (SSPS) Installations

Lot 3c: Fibre Optic Cabling

Lot 4: OT Software, Security and Integration Support

Lot 5: Regional Supervisory Control and Data Acquisition (SCADA)

Thames Water reserve the right to issue multiple awards for each lot in this agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery. Thames Water reserve the right to enter into a contract or contracts for the provision of all or any number of lots.

Thames Water reserves the right to refine the award criteria. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is Friday 20th February 2026, at 10am.

Commercial tool

Establishes a framework

Total value (estimated)

  • £435,000,000 excluding VAT
  • £522,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 May 2026 to 1 May 2030
  • Possible extension to 1 May 2034
  • 8 years, 1 day

Description of possible extension:

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Main procurement category

Services

Contract locations

  • UKI - London
  • UKJ - South East (England)

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Systems Integration (SI)

Description

Lot 1 under Thames Water's FA2208 framework refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems.

This is a single lot to provide all Systems Integration (SI) services across Thames Water's operational estate. Provision of the design, implementation, and management of Systems Integration activities across Thames Water's control and automation environment. This includes Programmable Logic Controllers (PLCs), Human Machine Interfaces (HMIs), Site Supervisory Control and Data Acquisition (SCADA) systems, Layer 2 and Layer 3 networking, and Remote Telemetry Units (RTUs). The scope encompasses hardware and software design, installation, configuration, modification, commissioning, testing and handover of these systems.

Lot 1 ensures the seamless integration of PLCs, MCCs, switchgear, RTUs, SCADA and OT software into a unified, functional whole, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems to support the reliable and secure operation of Thames Water's assets and processes.

Lot 1 under the FA2208 framework covers Systems Integration and refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems.

We will award multiple suppliers for this lot with a target of 15-25 suppliers who will be responsible for the required works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.

Lot value (estimated)

  • £144,000,000 excluding VAT
  • £173,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45310000 - Electrical installation work
  • 72227000 - Software integration consultancy services
  • 72267100 - Maintenance of information technology software

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2a. Low Voltage Assemblies (LVAs)

Description

Lot 2a under Thames Water's FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate.

The following list of activities are expected as part of the normal delivery of work under lot 2a. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• New Systems: Design, manufacture, test, supply, installation and commissioning of Low Voltage assemblies

• Modification of Existing Systems: Modification of existing LVAs

• Surveying: Surveying, condition reporting and Modification Suitability Assessment

• Standardisation: Development of standard circuit design drawings and software applicable to LVAs

Lot 2a under the FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate. 

Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.

Lot value (estimated)

  • £82,000,000 excluding VAT
  • £99,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 31682210 - Instrumentation and control equipment
  • 45317000 - Other electrical installation work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2b. Small Sewage Pumping Stations (SPSS) LVAs

Description

Lot 2b under FA2208 covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs.

The following list of activities are expected as part of the normal delivery of work under lot 2b. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• SSPS Design & Manufacturing: Design, manufacture, test, installation and commissioning of two to three pump Sewage Pumping Station LVAs

• Standardisation: Development of standard circuit design drawings and software applicable to LVAs

Lot 2b under the FA2208 framework covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs. 

Thames Water will award between 5-10 suppliers who will be responsible works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor

Lot value (estimated)

  • £56,000,000 excluding VAT
  • £67,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 42122200 - Reciprocating positive-displacement pumps for liquids
  • 45310000 - Electrical installation work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3a. New or Modification EICA Installations

Description

Lot 3a under the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water's infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• New or Modification EICA Installations: all cabling for the installation and modification of a PLC replacements, instrumentation Installations, outstations and auxiliary equipment.

Lot 3a under the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water's infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.

Thames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.

Lot value (estimated)

  • £27,000,000 excluding VAT
  • £33,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31682540 - Substation equipment
  • 45310000 - Electrical installation work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3b. Small Sewage Pumping Stations (SSPS) Installations

Description

Lot 3b under the FA2208 framework covers Small Sewage Pumping Stations (SSPS) Installation of new or replacement SSPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Small Sewage Pumping Station Installations:

o New cabling installations

o Modification of existing cabling

o Change out of existing equipment

o Procure control panel from lot 2 b

o Procure Kiosk

o Procure Telemetry Outstation

o Complete install

Lot 3b under the FA2208 framework covers Small Sewage Pumping Stations (SPS) Installation of new or replacement SSPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation

Thames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.

Lot value (estimated)

  • £27,000,000 excluding VAT
  • £33,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 42122220 - Sewage pumps
  • 45310000 - Electrical installation work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3c. Fibre Optic Cabling

Description

Lot 3c under the FA2208 framework covers fibre optic cabling installation of new fibre optic cabling and modification of existing cabling installations. Including testing.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Fibre Optic Cabling: Installation of new fibre optic cabling and modification of existing cabling installations. Including testing

Lot 3C under the FA2208 framework covers Fibre Optic Cabling including the installation of new fibre optic cabling and modification of existing cabling installations. Including testing.

Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor

Lot value (estimated)

  • £27,000,000 excluding VAT
  • £33,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 32420000 - Network equipment
  • 32562000 - Optical-fibre cables
  • 45314300 - Installation of cable infrastructure
  • 45314320 - Installation of computer cabling

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. OT Software, Security and Integration Support

Description

Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.

This Lot covers the specialist software engineering, integration, analytics, and cyber security capabilities required to support Thames Water's Operational Technology (OT) environment. It includes the design, development, configuration, and lifecycle support of OT applications, data pipelines, and secure infrastructure across Thames Water's SCADA, historian, edge, and network systems. Suppliers in this Lot will provide both technical depth and flexible capacity to develop, enhance, and maintain software and security capabilities that underpin operational resilience and data-driven performance.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Time Series, Alarm and Event Data: Historian and data analytics development capabilities

• Data time stamped at source SCADA: Regional SCADA development capabilities

• Data time stamped at destination SCADA: Site SCADA development capabilities

• Data logger and store forwarding: Development, configuration, and functional testing of RTU and edge data collection applications and firmware

• Data into SCADA integration: Protocol translation application development such as MQTT, OPC, DNP3, Mobus, CIP

• Security Control tuning: Suppliers must demonstrate practical capability in continuous improvement of OT cyber posture, including threat detection fine tuning, patch management coordination, and incident response collaboration with Thames Water's OT Security Operations Centre

• Network configuration: Design, build, and optimisation of Layer 2 and Layer 3 network configurations aligned with approved OT architecture templates. Includes creation of configuration baselines, validation testing, and documentation for handover and future support

• Edge security: Firewall deployment, activations of edge security

• General programming: Coding using standard IEC 61131 languages, C, C#, ASP.NET, SQL and PowerShell scripts

• Backups: Active and passive backup solutions

Lot 4 under the FA2208 framework covers OT Software, Security and Integration Support: Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.  

Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.

Lot value (estimated)

  • £39,000,000 excluding VAT
  • £47,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72227000 - Software integration consultancy services
  • 72254100 - Systems testing services
  • 72260000 - Software-related services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Regional Supervisory Control and Data Acquisition

Description

Regional SCADA: Lot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates.

This is a single lot to provide all Regional SCADA configuration needs across Thames Water operational estate, and is assigned based on capability, capacity and quality.

The Lot covers provision of the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates. 

Lot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates

Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition.

Lot value (estimated)

  • £33,000,000 excluding VAT
  • £40,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 48000000 - Software package and information systems
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72250000 - System and support services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

General pricing is determined at the framework stage via a mix of hourly rates and scenario-based pricing. Accurate pricing is determined at the mini-comp stage by obtaining quotes for specific packages of work. The selection process for the award of contracts will be via a mix of direct award below a stated threshold and mini competitions.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

30 January 2026, 6:00pm

Submission type

Tenders

Tender submission deadline

20 February 2026, 10:00am

Submission address and any special instructions

To gain access to the PSQ documents, please fill out the details on this form;

https://forms.office.com/e/AKBQy45KyE

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 April 2026


Award criteria

Lot 1. Systems Integration (SI)

Lot 2a. Low Voltage Assemblies (LVAs)

Lot 3a. New or Modification EICA Installations

Lot 3b. Small Sewage Pumping Stations (SSPS) Installations

Lot 3c. Fibre Optic Cabling

Lot 4. OT Software, Security and Integration Support

Lot 5. Regional Supervisory Control and Data Acquisition

This table contains award criteria for this lot
Name Type Weighting
Commercial Cost 50%
Technical Quality 50%

Lot 2b. Small Sewage Pumping Stations (SPSS) LVAs

This table contains award criteria for this lot
Name Type Weighting
Commerical Cost 50%
Technical Quality 50%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Competitive Flexible Procedure - Steps and Stages 

The procurement will follow a Competitive Flexible Procedure in line with the Procurement Act 2023. The process will include multiple stages, with opportunities for clarification, negotiation, and refinement of award criteria before final contract award. 

Stage 1: Tender Notice Publication 

• The process begins with the publication of the Contract Notice on the Find a Tender Service (FTS) 

• This will outline the scope of requirements, procurement stages, and timelines 

Stage 2: Pre-Specific Questionnaire (PSQ) 

• PSQ Publication: The PSQ will be published alongside the contract notice 

• Supplier Response: Suppliers will complete and submit the PSQ by the stated deadline 

• Clarification Period: A defined window will allow suppliers to raise queries and Thames Water to provide clarifications 

• Evaluation: PSQ responses will be assessed on a pass/fail and weighted basis against mandatory criteria 

• Outcome: Successful suppliers will be shortlisted and invited to the next stage 

  Stage 3: Preliminary Tender Submission 

• Issue of Documents: Shortlisted suppliers will receive the full information pack 

• Clarification: Suppliers submit any clarification questions to the tender. TW will answer 

• Submissions: Suppliers submit bid submissions (technical and commercial proposals) 

• Clarification and Questions: TW submit clarifications and questions to the supplier responses 

• Evaluation: Submissions are assessed against published criteria 

  Stage 4: Negotiation Stage 

• Shortlisted suppliers will receive invitations to negotiate and further information about the process 

• Negotiation and Refinement: Negotiations with suppliers to refine solutions and optimise value. These will include 1 on 1 negotiations and BAFO processes.   

• Updated Submissions: Suppliers to submit revised bids following negotiation rounds 

  Stage 5: Final Evaluation and Selection 

• Evaluation: Final submissions are evaluated against weighted criteria 

  Stage 6: Contract Award 

• Notification: Successful and unsuccessful suppliers will be informed in writing 

• Standstill Period: A mandatory standstill period will apply before contract signature 

• Contract Execution: Following standstill, the contract will be awarded and signed.


Contracting authority

THAMES WATER UTILITIES LIMITED

  • Companies House: 02366661
  • Public Procurement Organisation Number: PNQQ-4647-DTCV

Clearwater Court

Reading

RG1 8DB

United Kingdom

Region: UKJ11 - Berkshire

Organisation type: Private utility