Scope
Reference
SO2267
Description
Design, build, test and commission of the following two main components:
i) A recycled water conveyance tunnel from Mogden Sewage Treatment Works (STW) to Teddington. A new approximately 4.2km long tunnelled conveyance route approximately 3.5m internal diameter (ID) would be driven using a Tunnel Boring Machine (TBM) and constructed to connect a new Tertiary Treatment Plant (provided by others) in Mogden STW to the proposed outfall on the riverbank of the River Thames upstream of Teddington Weir. The tunnel would have four shafts.
ii) River abstraction and transfer to the existing Thames Lee Tunnel (TLT): The river abstraction would be located approximately 175m upstream of the proposed new outfall. The abstracted river flow would be conveyed to the TLT through a smaller diameter (up to 2.2m ID) pipe installed using a pipe jacking technique.
The scope will include, but not be limited to:
Construction Design activities
Architectural
Building M&E
Civils and Structural engineering including earthworks
Enabling works
Drainage
Geotechnical
Ground movement impact
Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) including a SCADA (Supervisory Control and Data Acquisition) system
Hydraulic Modelling
Materials durability
Renewables / Carbon mitigation
Rivers and Watercourses
Traffic & Highways
Shafts & Tunnels
Utilities
Disposal of excavated material
The NEC4 Engineering and Construction Contract comprise two stages, with a decision point as to whether to proceed to construction between Stages One and Two. If the decision point is passed, then a Notice to Proceed (NTP) will be issued.
Stage One, also known as the Early Contractor Involvement stage, will provide construction related support to the Client during its planning process, which comprises an application for a Development Consent Order (DCO). Using the DCO reference design (provided by others) as a constraint to the scope, the TDRA Tunnelling MWC will develop the design for construction, which will be integrated with construction planning, into the subsequent Stage Two, being the delivery / construction phase.
The decision gate to proceed to Stage Two will be dependent on a number of matters, including: 1) An accepted design that meets the requirements of the contract; 2) agreement on a target price; and 3) the granting of the DCO. The agreement of a target price for Stage Two will be constrained by the Client's budget and will be developed in accordance with a Pricing Information Schedule appended to the contract. The Pricing Information Schedule will include an exhaustive list of specific "Adjustment Events" which may adjust the target price for Stage Two.
Subject to the Client issuing a NTP, Stage Two will commence with an initial period to comply with any secondary consenting issues, followed by mobilisation to commence construction. Following construction, a testing and commissioning phase will be required with a scheduled target date of Water Available for Use (WAFU) of 31 March 2033.
Total value (estimated)
- £242,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 2 October 2026 to 31 March 2033
- 6 years, 5 months, 30 days
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
As set out in the PSQ Pack, Part 2 Section 4.2.
The estimated value of the contract is stated at May 2024 prices and excludes any estimate for inflation over the life of the contract.
Technical ability conditions of participation
As set out in the PSQ Pack, Part 2 Section 4.2.
Submission
Enquiry deadline
20 June 2025, 11:00am
Submission type
Requests to participate
Deadline for requests to participate
7 July 2025, 11:00am
Submission address and any special instructions
This link will take interested parties to the Registration of Interest page. Completing the Registration of Interest form will then provide access to the secure site containing the Procurement Specific Questionnaire Pack (PSQ Pack) and submission portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 4 suppliers
Selection criteria:
TWUL will assess PSQ Responses in accordance with the Assessment Methodology published in the PSQ Pack to identify eligible Applicants that have met the Minimum Standards and to shortlist the four highest scoring Applicants. It is intended that the top four Applicants will be invited to Tender, however, the actual number of Applicants invited to Tender could be higher or lower than four depending on whether the scenario arises that is set out in PSQ Pack Part 1, paragraphs 4.6.22 and 4.6.23 of the PSQ Pack.
Award decision date (estimated)
2 October 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | Quality sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITT. Indicative criteria areas: • Approach to tunnelling (including supply chain inputs)... |
Quality | 70% |
Price | Price sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITT. Indicative criteria: - Baseline preliminary prices - Schedule of Rates / lump sums for... |
Price | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Requests to Participate Stage
This Tender Notice invites a request to participate from Applicants. Having reviewed the Tender Notice, all Applicants wishing to participate in the TDRA Tunnelling MWC competition will need to demonstrate in their submissions that they meet the Conditions of Participation set out in the Procurement Specific Questionnaire Pack (PSQ Pack) and complete a Non-Disclosure/Confidentiality Agreement.
Applications will be submitted via the contracting authority's eSourcing portal as described in the PSQ Pack - Part 1 Instructions to Applicants. The contracting authority will assess the Applicant's submissions in three stages. In stage 1, compliance and eligibility checks will be undertaken (on a pass/fail basis); in stage 2, there will be an assessment of financial capacity and technical ability to perform the contract (on a pass/fail basis); and for those submissions that pass stages 1 and 2 there will be a scored technical ability assessment that will include a pass/fail threshold and result in an overall score for each Applicant that will be used to determine which Applicants will be selected to participate in the next stage of the tendering process.
Scored submissions will be ranked from highest to lowest and, subject to the procedure set out in the PSQ Pack (Part 1, paragraphs 4.6.22 and 4.6.23), the contracting authority intends to invite the Applicants of the top four (4) highest scoring submissions to tender for the TDRA Tunnelling MWC contract.
Invitation to Tender (ITT) Stage
The contracting authority will share with the shortlisted Applicants an Invitation to Tender (ITT) against which such Applicants will be invited to submit a tender. Tender submissions will be evaluated in accordance with the objective criteria set out in the ITT.
Negotiation Stage
The contracting authority may engage in negotiations with tenderers as set out further in the ITT. Records of any negotiations and agreements reached will be kept by the contracting authority.
For the avoidance of doubt, the contracting authority reserves the right to award the contract without any negotiation, on the basis of the most advantageous tender submitted at the ITT Stage.
Best and Final Offer Stage
Following any negotiation stage, the contracting authority also reserves the right to invite tenderers to submit a best and final offer (BAFO), as explained further in the ITT.
Following the submission of any BAFO's, the contracting authority will complete the tender evaluation process and award the TDRA Tunnelling MWC to the most advantageous tender in accordance with the objective criteria set out in the ITT.
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