Tender

Sludge Holding Tanks & Roofs

  • THAMES WATER UTILITIES LIMITED

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

Notice identifier: 2025/S 000-074498

Procurement identifier (OCID): ocds-h6vhtk-05e2b6

Published 17 November 2025, 4:01pm



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;

https://forms.office.com/e/8Dt3jAAmhs

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 May 2026


Award criteria

This table contains award criteria for this lot
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