Scope
Reference
FA2280
Description
Thames Water are launching a significant programme of major capital projects as part of our AMP8/9 investment period. The Framework will cover major works and asset upgrades across Thames Water's operational regions, with a focus on fostering long-term partnerships and reducing unnecessary bidding efforts. Contracts awarded under this Framework will include works, goods, and services essential to AMP8 delivery, with potential to extend into AMP9 based on performance.
Commercial tool
Establishes a framework
Total value (estimated)
- £4,000,000,000 excluding VAT
- £5,000,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 March 2026 to 31 March 2030
- Possible extension to 31 March 2035
- 9 years, 1 day
Description of possible extension:
Thames Water envisages that the contract will be awarded for an initial term of 7 years with options to extend by 1 year or longer, up to a maximum overall term of 9 years, 3 months and 20 days.
Options
The right to additional purchases while the contract is valid.
The right to extend the term of the framework as set out above.
Main procurement category
Works
CPV classifications
- 45200000 - Works for complete or part construction and civil engineering work
Contract locations
- UKI - London
- UKJ - South East (England)
Framework
Maximum number of suppliers
8
Maximum percentage fee charged to suppliers
0%
Framework operation description
As per tender documents
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
As per PSQ documents
Technical ability conditions of participation
As per PSQ documents
Submission
Enquiry deadline
6 October 2025, 10:00am
Submission type
Requests to participate
Deadline for requests to participate
15 October 2025, 10:00am
Submission address and any special instructions
To request access to the PSQ documents, please fill out the details in this form;
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 March 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Technical sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITN. |
Quality | 60% |
Commercial | Commercial sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITN. |
Cost | 40% |
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 Major Projects Framework 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 portal as described in the PSQ Pack - Part 1 Instructions to Applicants.
The contracting authority will assess the Applicant's submissions and be shortlisted based on several pass/fail questions on financial standing, insurances, health and safety etc along with 4 scored questions. The weighting of the scored questions is listed below;
Core Capability 55%
Supply Chain 15%
Health, Safety & Wellbeing 15%
Environmental & Sustainability 15%
Scored submissions will be ranked from highest to lowest and, subject to the procedure set out in the PSQ Pack, the contracting authority intends to invite the Applicants of the top ten (10) highest scoring compliant submissions to tender for the Major Projects Framework AMP8/9.
Invitation to Negotiate (ITN) Stage
The contracting authority will share with the shortlisted Applicants an Invitation to Negotiate (ITN) 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 ITN.
Technical Questions will be made available at ITN Stage and will follow the question themes and weightings below:
• Pre-Construction and Programme Delivery (35%)
• Delivery, Risk and Commercial Management (20%)
• Organisation, Collaboration and Behaviours (15%)
• Health, Safety, Wellbeing and Sustainability (20%)
• Innovation and Continuous Improvement (10%)
Negotiation Stage
The contracting authority may engage in negotiations with tenderers as set out further in the ITN. 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 framework without any negotiation, on the basis of the most advantageous tenders submitted at the ITN Stage.
Following any negotiation stage, the contracting authority also reserves the right to invite tenderers to submit an updated tender, as explained further in the ITN.
Following the submission of any BAFO's updated tenders, the contracting authority will complete the tender evaluation process and award places on the Major Project Framework Agreement to up to eight (8) most advantageous tenders in accordance with the objective criteria set out in the ITN.
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