Tender

Main Rehab Framework Build Only

  • THAMES WATER UTILITIES LIMITED

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

Notice identifier: 2025/S 000-049265

Procurement identifier (OCID): ocds-h6vhtk-05893e

Published 15 August 2025, 4:24pm



Scope

Reference

FA2257

Description

This programme of the works includes, but is not limited to the following packages of work:

Renewal of the water mains network shall include but not be limited to:

· Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.

· Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.

· Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.

· Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.

Commercial tool

Establishes a framework

Total value (estimated)

  • £120,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 8 December 2025 to 7 December 2029
  • Possible extension to 8 December 2033
  • 8 years, 1 day

Description of possible extension:

The framework agreement will run for an initial period of 4 years, with the option to extend by up to a further 4 years in exceptional circumstances, subject to satisfactory performance and continued need. The total maximum duration of the framework agreement, including any extensions, will not exceed 8 years.

Main procurement category

Works

CPV classifications

  • 45232151 - Water-main refurbishment construction work

Contract locations

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

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

The framework agreement will consist between 2-5 suppliers, appointed through a competitive tender process. Contracts (call-offs) under the framework may be awarded either by:

Direct award, where the terms of the framework allow for the immediate selection of the most economically advantageous supplier based on predefined criteria (e.g. price, availability, performance)

Mini-competition, where the contracting authority will invite all capable framework suppliers to submit proposals for specific requirements.

Prices for call-off contracts may be:

Rates fixed as submitted at framework stage

Subject to a pricing schedule

The selection of suppliers for individual contracts will follow the criteria set out in the procurement documents, including quality, price, and technical capability as relevant to each call-off.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

8 September 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

19 September 2025, 10:00am

Submission address and any special instructions

Please use the link below to gain access to the full PSQ documentation details;

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

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

28 November 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 60%
Commercial Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

• Stage 1: Procurement Specific Questionnaire (PSQ);

Further explanation of PSQ process could be found in PSQ Instruction

• Stage 2: Invitation to Tender (ITN);

Further explanation of ITN process could be found in ITN Instruction

• Stage 3: Evaluation;

Evaluation criteria (Technical 60% Commercial 40%)

Further explanation of evaluation process could be found in ITN Instruction

• Stage 4: Contract Award


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