Tender

Sewer Mapping

  • THAMES WATER UTILITIES LIMITED

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

Notice identifier: 2025/S 000-055461

Procurement identifier (OCID): ocds-h6vhtk-0597b6

Published 10 September 2025, 3:10pm



Scope

Reference

FA2241

Description

Thames Water is seeking to develop the mapped sewer network throughout Greater London and the Thames Valley area, in order to reduce blockages, internal and external floods and pollution.

Unmapped sewers lead to a delay in Thames Water locating and attending blockages, floods and pollution, affecting local communities and the environment.

The objective of FA2241 is to map any unmapped sewer networks at scale, speed and accuracy, directly supporting the Pollution Incident Reduction Plan (PIRP) that Thames Water is working towards during AMP8.

Lot 1 - Aerial Mapping: Capture of 2,484 km² across 71 Sewer Drainage Area Catchments (SDACs) using manned aircraft, delivering georeferenced 2D, oblique 2D, and 3D imagery.

Lot 2 - Asset Detection: Detection of manholes, gullies, rainwater downpipes, soil stacks, misconnections, and outfalls with confidence grading.

Lot 3 - Sewer Inferencing: Semi-/automated inferencing of unmapped sewers, laterals, drains, rising mains, and selected SPSs, achieving ≥80% accuracy.

Commercial tool

Establishes a framework

Total value (estimated)

  • £5,996,000 excluding VAT
  • £7,195,200 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 28 February 2030
  • Possible extension to 27 February 2032
  • 5 years, 11 months, 26 days

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 2 years, up to a maximum overall term of 6 years. Additional purchases of aerial survey services may be considered during the contract term, subject to ITN specification.

Options

The right to additional purchases while the contract is valid.

The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Main procurement category

Services

CPV classifications

  • 90491000 - Sewer survey services

Lot constraints

Description of how multiple lots may be awarded:

With competition (mini-competitions not envisaged, Lots awarded via ITN).


Lot 1. Aerial Mapping

Description

Capture of 2D, oblique 2D, and 3D georeferenced imagery for 2,484 km² across 71 Sewer Drainage Area Catchments (SDACs), phased delivery by 2028, conducted by manned aircraft.

Lot value (estimated)

  • £3,511,323 excluding VAT
  • £4,213,588 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 2. Asset Detection

Description

Detection of manholes, rainwater downpipes, surface water outfalls, gullies, soil stacks, and misconnections, with confidence grading.

£5m Product Liability will also be required,

Lot value (estimated)

  • £1,357,161 excluding VAT
  • £1,628,593 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 3. Sewer Inferencing

Description

Lot 3 - Sewer Inferencing: Semi-/automated inferencing of unmapped sewers, laterals, drains, rising mains, and selected SPSs, achieving ≥80% accuracy.

£5m Product Liability will also be required,

Lot value (estimated)

  • £1,127,516 excluding VAT
  • £1,353,019 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Framework

Maximum number of suppliers

3

Maximum percentage fee charged to suppliers

0%

Framework operation description

Thames Water is seeking to develop the mapped sewer network throughout Greater London and the Thames Valley area, in order to reduce blockages, internal and external floods and pollution.

Unmapped sewers lead to a delay in Thames Water locating and attending blockages, floods and pollution, affecting local communities and the environment.

The objective of FA2241 is to map any unmapped sewer networks at scale, speed and accuracy, directly supporting the Pollution Incident Reduction Plan (PIRP) that Thames Water is working towards during AMP8.

Lot 1 - Aerial Mapping: Capture of 2,484 km² across 71 Sewer Drainage Area Catchments (SDACs) using manned aircraft, delivering georeferenced 2D, oblique 2D, and 3D imagery.

Lot 2 - Asset Detection: Detection of manholes, gullies, rainwater downpipes, soil stacks, misconnections, and outfalls with confidence grading.

Lot 3 - Sewer Inferencing: Semi-/automated inferencing of unmapped sewers, laterals, drains, rising mains, and selected SPSs, achieving ≥80% accuracy.

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Aerial Mapping

Lot 2. Asset Detection

Lot 3. Sewer Inferencing

Conditions of participation

o Legal & financial: D&B check required; Parent Company Guarantee may be requested.

o Insurance: £10m PI and £10m PLI required.

o Technical: Demonstrated experience of aerial mapping, asset detection, and/or inferencing at required scale; ability to meet minimum accuracy thresholds.

Particular suitability

Lot 1. Aerial Mapping

Lot 2. Asset Detection

Lot 3. Sewer Inferencing

Small and medium-sized enterprises (SME)


Submission

Submission type

Requests to participate

Deadline for requests to participate

3 October 2025, 10:00am

Submission address and any special instructions

Please fill out the details in this link to gain access to the PSQ;

https://forms.office.com/e/y3Wn3Lya8i

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 February 2026


Award criteria

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

Methodology, accuracy, delivery programme, innovation, sustainability, risk management.

Quality 60%
Commercial

Fixed-price, milestone-based pricing, efficiency proposals.

Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

• Procedure: Competitive Flexible Procedure (above-threshold)

• Award model: One supplier will be appointed for each Lot. Bidders may apply for multiple Lots, but Thames Water reserves the right to limit awards so that each bidder receives only one Lot, to ensure resilience and spread of risk.

• Call-offs: Once the framework is established, direct awards only will be made to the sole Lot holder.

Stages:

PSQ Evaluation and Shortlisting

ITN Stage 1 - desktop evaluation, shortlisting, negotiations

ITN Stage 2 - supplier presentations, potential negotiations

Evaluation weighting:

• Technical (Quality): 60%

• Commercial (Price): 40%

Timeline:

• Sept 2025 - Contract Notice & PSQ release

• Oct 2025 - ITN issue

• Nov 2025 - ITN return

• Jan 2026 - Supplier presentations & evaluation

• Feb 2026 - Award & contract signature


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