Scope
Reference
FA2276
Description
Thames Water intends to award Framework Agreements to up to four suppliers to design, supply, install and maintain fire alarms across the TW region. Each supplier will be allocated all planned maintenance, reactives, upgrades and installations in one area within the Thames Water region up to a value of £60,000, after which work will be competed between the four suppliers.
Note that we do NOT require all suppliers to be able to undertake planned maintenance across the TW region but we DO require all suppliers to undertake large value works (over £60k) across the TW region with the assumption that more regionally based suppliers can still be successful in this process.
Bidders will be asked for regional preferences in the PSQ. All suppliers awarded framework agreements will be required to undertake installation and/or remedial projects over £60,000 across the Thames Water region. The current Thames Water alarm estate consists of a combination of Advance, Protec, Gent and Kentec. The overall strategy is to standardise to Advance panels across the Thames Water region.
Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 10am, 3rd November 2025.
Commercial tool
Establishes a framework
Total value (estimated)
- £28,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 1 May 2034
- 8 years, 1 month, 1 day
Description of possible extension:
Thames Water envisages that the contract will be awarded for an initial term of 5 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years
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.
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
Works
CPV classifications
- 31625200 - Fire-alarm systems
- 45312100 - Fire-alarm system installation work
Contract locations
- UKI - London
- UKJ - South East (England)
Framework
Maximum number of suppliers
4
Maximum percentage fee charged to suppliers
0%
Framework operation description
Suppliers that are shortlisted from the PSQ stage will be invited to submit a proposal in response to the ITN, including details of the pricing they are submitting. After tenders have been submitted, evaluated and negotiated, the successful suppliers 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.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Submission
Enquiry deadline
27 October 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
3 November 2025, 10:00am
Submission address and any special instructions
Please use this link to gain access to the PSQ documents
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 March 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 60% |
| Commercial | Price | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Supplier's PSQ submission 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 suppliers will be awarded according to the percentage weightings and criteria set out in the ITN process documents. 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