Scope
Reference
FA2367
Description
This procurement is for the supply and commissioning of sludge tanks, digesters, other associated tanks, roofs, and related items at various wastewater treatment sites.
Target Sites
The procurement will cover purchase, installation and commissioning of new sludge tanks, digesters, and other associated tanks and roofs and associated items.
Objectives
• Compliance: Ensure compliance with legislation, improve the environmental impact of the STW and provide infrastructure which is fit for purpose.
• Commercial Value: Optimise the material and delivery solution to maximise commercial efficiencies for Thames Water
• Futureproofing: Implement a framework which enables Thames Water to be able toe secure the capacity it requires for future programmes of works
Procurement Approach: A competitive tender process will be undertaken to appoint a supplier(s) capable of delivering the required scope. The strategy favours a supplier who can streamline delivery, ensure consistency, and maximise commercial and operational benefits.
Procurement Timeline Considerations: The procurement timeline is currently under review due to strategic and regulatory reassessments at certain sites. Specifically:
• A study evaluating the requirements to meet the Environment Agency IED requirements is ongoing, with outcomes expected later in the year. These findings will inform final scope and procurement readiness
Expected Outcomes
• Improved asset reliability and operational performance
• Enhanced alignment with environmental and regulatory objectives
• Commercial efficiencies through strategic sourcing and standardisation
Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 22 December 2025, 10 am.
Commercial tool
Establishes a framework
Total value (estimated)
- £0 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2034
- 8 years
Main procurement category
Goods
CPV classifications
- 44611420 - Sludge-storage tanks
- 44611500 - Water tanks
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45252000 - Construction works for sewage treatment plants, purification plants and refuse incineration plants
- 90420000 - Sewage treatment services
Contract locations
- UKI - London
- UKJ - South East (England)
Lot 1. Sludge Holding Tanks (including Digesters and other associated Tanks) (Supply and Installation)
Description
This procurement relates to the supply and commissioning support of Sludge tanks, Digesters and Roofs and associated items across potential multiple wastewater treatment sites.
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. Sludge Holding Tanks (including Digesters and other associated Tanks) (CDM Responsibilities)
Description
This procurement relates to the supply and commissioning support of Sludge tanks, Digesters and Roofs and associated items across potential multiple wastewater treatment sites. Whilst acting as the responsible CDM representative at the location.
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. Sludge Holding Tank Roofs (including Digesters)
Description
This procurement relates to the supply and commissioning support of roofs for the fitting to Sludge tanks, Digesters and associated items across potential multiple wastewater treatment sites
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
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Mini-Competitions to be held once requirements are defined
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Sludge Holding Tanks (including Digesters and other associated Tanks) (Supply and Installation)
Lot 2. Sludge Holding Tanks (including Digesters and other associated Tanks) (CDM Responsibilities)
Lot 3. Sludge Holding Tank Roofs (including Digesters)
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
15 December 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
22 December 2025, 10:00am
Submission address and any special instructions
To gain access to the PSQ documents, please fill out the details on this form;
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
18 May 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Commercial | Quality | 60% |
| Technical | Price | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
The procurement will follow a Competitive Flexible Procedure in line with the Procurement Act 2023. The process will include multiple stages, with opportunities for clarification, negotiation, and refinement of award criteria before final contract award.
Stage 1: Tender Notice Publication
• The process begins with the publication of the Contract Notice on the Find a Tender Service (FTS)
• This will outline the scope of requirements, procurement stages, and timelines
Stage 2: Pre-Specific Questionnaire (PSQ)
• PSQ Publication: The PSQ will be published alongside the contract notice
• Supplier Response: Suppliers will complete and submit the PSQ by the stated deadline
• Clarification Period: A defined window will allow suppliers to raise queries and Thames Water to provide clarifications
• Evaluation: PSQ responses will be assessed on a pass/fail and weighted basis against mandatory criteria
• Outcome: Successful suppliers will be shortlisted and invited to the next stage
Stage 3: Preliminary Tender Submission
• Issue of Documents: Shortlisted suppliers will receive the full information pack
• Clarification: Suppliers submit any clarification questions to the tender. TW will answer
• Submissions: Suppliers submit bid submissions (technical and commercial proposals)
• Clarification and Questions: TW submit clarifications and questions to the supplier responses
• Evaluation: Submissions are assessed against published criteria
Stage 4: Negotiation Stage
• Shortlisted suppliers will receive invitations to negotiate and further information about the process
• Negotiation and Refinement: Negotiations with suppliers to refine solutions and optimise value
• Updated Submissions: Suppliers to submit revised bids following negotiation rounds
Stage 5: Final Evaluation and Selection
• Evaluation: Final submissions are evaluated against weighted criteria
Stage 6: Contract Award
• Notification: Successful and unsuccessful suppliers will be informed in writing
• Standstill Period: A mandatory standstill period will apply before contract signature
• Contract Execution: Following standstill, the contract will be awarded and signed
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