- Lot 1. Systems Integration (SI)
- Lot 2a. Low Voltage Assemblies (LVAs)
- Lot 2b. Small Sewage Pumping Stations (SPSS) 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
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;
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
| Name | Type | Weighting |
|---|---|---|
| Commercial | Cost | 50% |
| Technical | Quality | 50% |
Lot 2b. Small Sewage Pumping Stations (SPSS) LVAs
| 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