Tender

Waste Tankering and Cleaning Services

  • THAMES WATER UTILITIES LIMITED

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

Notice identifier: 2025/S 000-053217

Procurement identifier (OCID): ocds-h6vhtk-059256

Published 2 September 2025, 2:48pm



Scope

Reference

FA2230

Description

Lot 1 - Flow Management: Waste Tankering Services, mainly reactive works

•Direct award only, no mini competitions, panel of 8 suppliers

Lot 2 - Sewage Treatment Works and Wet Well Cleans: Flow Management, Cleaning, and Related Works, reactive works as well as planned works

•Direct award only, no mini competitions, panel of 6 suppliers

Lot 3 - Resilience and Quoted Works: Flow management, Sewage Treatment Works, Wet Well Cleans. Overflow of Lots 1 and 2 and reactive. Thames Water may required utilisation of labour to drive Thames Water vehicles.

•Planned Work: Mini competition, additional 8 suppliers together with the suppliers in Lots 1 and 2

•Reactive Work: Direct award to the additional 8 suppliers

Commercial tool

Establishes a framework

Total value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2034
  • 8 years

Description of possible extension:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Main procurement category

Services

CPV classifications

  • 90513700 - Sludge transport services

Contract locations

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

Lot constraints

Description of how multiple lots may be awarded:

If suppliers are awarded Lot 1 or 2 they will automatically be awarded Lot 3 together with an additional 8 other suppliers for Lot 3 only


Lot 1. Flow Management

Description

Lot 1

Thames Water requires reactive tanker resource and intersiting movements to maintain service across our sites and networks to prevent an escape of sewage into the environment. The Services are normally required and carried out on a reactive basis caused by weather or site events.

Lot value (estimated)

  • £0 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 2. Sewage Treatment Works and Wet Well Cleans

Description

Lot 2

Thames Water requires Sewage Treatment Works Cleaning Services and reactive sewage pumping station cleaning services consisting of specialist cleaning activities on wet wells as well as adjacent technical services including flow management, disposal and other works related to the cleaning of pumping station wet wells and tanks across all Thames Water regions.

Lot value (estimated)

  • £0 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 3. Resilience and Quoted Works

Description

Lot 3

Thames Water requires specialist cleaning services for Sewage Treatment Works and reactive/planned cleaning of sewage pumping stations. This includes activities such as wet well cleaning, flow management, waste disposal, and other related technical services across all Thames Water regions. Routine maintenance and minor cleaning tasks are typically handled by Thames Water's internal teams, who engage external suppliers on an ad-hoc basis when specialist labour or equipment is needed.

In addition, Thames Water requires reactive and planned tanker resources for intersiting movements to support operations across its sites and networks. These services are essential to maintaining performance and preventing environmental incidents such as sewage escapes.

Lastly Thames Water may request the supplier to provide labour only HGV drivers to support other workstreams this resource is likely to be seasonal based or incident/event driven.

Lot value (estimated)

  • £0 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Framework

Maximum number of suppliers

22

Maximum percentage fee charged to suppliers

0%

Framework operation description

Lot 1 - Flow Management: Waste Tankering Services

Lot 2 - Sewage Treatment Works and Wet Well Cleans: Waste Tankering Services, Cleaning and Related Works

Lot 3 - Resilience and Quoted Works: Waste Tankering Services, Sewage Treatment Works and Wet Well Cleans

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Flow Management

Lot 2. Sewage Treatment Works and Wet Well Cleans

Lot 3. Resilience and Quoted Works

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

19 September 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

30 September 2025, 10:00am

Submission address and any special instructions

You can request participation here:

https://forms.office.com/e/cTvs99VBTi

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 January 2026


Award criteria

Lot 1. Flow Management

This table contains award criteria for this lot
Name Description Type Weighting
Commercial

Total cost of the proposal

Cost 65%
Delivery of Services

Understanding of the requirements specific resources facilities response times, service levels KPI & reporting

Quality 30%
Terms & Conditions

Acceptance of proposed Terms & Conditions

Quality 5%

Lot 2. Sewage Treatment Works and Wet Well Cleans

This table contains award criteria for this lot
Name Description Type Weighting
Commerical

Total cost of proposal

Cost 55%
Delivery of Services

Understanding of the requirements specific resources facilities response times, service levels KPI & reporting

Quality 40%
Terms & Coniditions

Acceptance of proposed Terms & Conditions

Quality 5%

Lot 3. Resilience and Quoted Works

This table contains award criteria for this lot
Name Description Type Weighting
Commercial

Total cost of proposal

Cost 65%
Delivery of Service

Understanding of the requirements specific resources facilities response times, service levels KPI & reporting

Quality 30%
Terms & Conditions

Acceptance of proposed Terms & Conditions

Quality 5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Suppliers' PSQ submissions will be scored and shortlisted in accordance with the criteria set out within the PSQ documentation, and the suppliers that are shortlisted will be invited to submit a proposal in response to the ITN.

After tenders have been submitted, evaluated, and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents.


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