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:
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
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
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
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