Tender

Farmoor: Floating Photo Voltaic (FPV) Installations

  • THAMES WATER UTILITIES LIMITED

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

Notice identifier: 2025/S 000-059958

Procurement identifier (OCID): ocds-h6vhtk-05a2b9

Published 26 September 2025, 9:31am



Scope

Reference

TC2252

Description

Project to include funding, design, build, ownership, operation and maintenance for the Farmoor Floating Solar PV (FPV) Project for up to 4MW, with a standard Power Purchase Agreement (PPA) in place (£ per kWh), with commitment from TWUL to take all energy generated from the installation. The total value of this project will be determined by the PPA price as per the agreed bid sheet, over the term of the agreement.

The scope of work is summarised in the non-exhaustive list below: full design and engineering, procurement, full MEICA installation, commissioning (including commissioning activities at point of connection), Distribution Network Operator (DNO) witnessing, testing and approval to satisfy the terms of the connection agreement or offer, supporting OFGEM accreditation for REGOs, operation and maintenance, monthly and annual reporting, training of emergency procedures, training of essential operational activities, documentation, demarcation fencing and signage, biodiversity net gain requirements and any visual impact requirements.

The PV installation will be floating with a maximum capacity of 4MW. The Supplier shall design and optimise the size of the PV plant for behind-the-meter use and achieve an attractive payback period and NPV. The PV plant shall require inhibiting when the board is being fed from the generator or in an island situation.

The PV plant shall utilise the most efficient and appropriate components to ensure an efficient and low-maintenance system.

The scope will be awarded via PPA model, with a subsequent Lease Agreement, with only one supplier to be awarded.

Total value (estimated)

  • £0 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 24 April 2026 to 23 April 2041
  • Possible extension to 23 April 2051
  • 25 years

Description of possible extension:

Thames Water envisages that the contract will be awarded for an initial term of 15 years with options to extend by 5 year or longer, up to a maximum overall term of 25 years.

Main procurement category

Goods

CPV classifications

  • 09330000 - Solar energy

Contract locations

  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Submission

Submission type

Tenders

Tender submission deadline

21 October 2025, 10:00am

Submission address and any special instructions

You can request access of participation here:

https://forms.office.com/e/XZut1bi5kb

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

24 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 50%
Commercial Price 50%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

The PSQ will have one 'General & technical PSQ' questionnaire which all bidders are required to complete. Responses to this PSQ will be evaluated against selection criteria, to select bidders to proceed to the next stage of this procurement process. We will short list the top scoring 8-10 bidders who will progress to the ITN stage.

The selection criteria will be a combination of financial and non-financial factors and will include:

a) Legal and financial capacity to perform the contract;

b) Technical ability to perform the contract

There are three types of questions:

1. Pass/Fail Questions

Pass/Fail questions are stated as such in the Questions. Failure to meet our requirements in these questions may result in elimination of the Bidder

2. Weighted Questions

The scores given for weighted questions are used to calculate the final score.

3. For information only

Some questions are for information only; these will not be scored

We are evaluating your submission through the following evaluation methods and high-level criteria:

1. Organization Questions including financial and economic standing, Forms of Security, Health and Safety etc.

2. Technical Questions including Experience, Capability, O&M Experience, Environment, Workforce and Subcontractors, Innovation and Quality Assurance

We will score the PSQ submissions and shortlist the bidders who pass the selection criteria required to progress to the next stage. We will shortlist the top scoring 8-10 bidders, with the top scores, who will progress to the ITN stage.

We will evaluate your response in the ITN through the following criteria:

1. MAT

We will evaluate your response in accordance with Most Advantageous Tender (MAT) award criteria. Both technical and commercial responses will be scored in detail and weighted to give an overall score.

2. Pass/Fail Questions

Pass/Fail questions are stated as such in the Questions. Failure to meet our requirements in these questions may result in elimination of the Bidder

3. Weighted Questions

The scores given for weighted questions are used to calculate the final score.

4. For information only

Some questions are for information only; these will not be scored

We are evaluating your submission through the following evaluation methods:

1. Technical (50% weighting)

2. Commercial (50% weighting)

This is a 3 Stage ITN Process, where we reserve the right to shortlist 3-5 bidders through to ITN Stage 2, with their Stage 1 scores being carried over, and their technical score being reapportioned. The highest scoring bidder ITN stage 2 will move through to ITN stage 3, to negotiate the final agreement,


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