Buyer Name: THAMES WATER UTILITIES LIMITED
Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom
Contact Email: procurement.support.centre@thameswater.co.uk
Buyer Name: THAMES WATER UTILITIES LIMITED
Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom
Contact Email: procurement.support.centre@thameswater.co.uk
Thames Water intends to establish a Framework Agreement to appoint suitably qualified suppliers to deliver site investigation surveys and associated deliverables across its operational area. The Framework will enable Thames Water (and, where applicable, permitted person and including main contractors) to call off individual surveys and/or programmes of surveys on an as‑needed basis during the Framework term. This Framework is intended to cover both infrastructure and non‑infrastructure projects, which may take place on Thames Water sites, private or public land, and/or within highways and road environments. Thames Water reserves the right to refine the award criteria. Please note that that deadline for asking for access to the PSQ & submitting of the 5 March 2026.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/011131-2026
Link Description: Tender notice on Find a Tender
Lot Title: Above Ground Surveys
Lot Description: Lot 1 covers delivery of above ground surveys and associated outputs to support feasibility, optioneering, design development, consents and construction planning across Thames Water's operational area. Surveys will be undertaken on live operational sites and project locations and delivered in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning · Laser scanning · Topographical surveys · Drone surveys · Measured building surveys · Photogrammetry Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types · LiDAR surveys · Aerial photography · 360 photo surveys · Satellite surveys · Mobile mapping · Geodetic control · Infrared (thermal) imaging · Hydraulic surveys · Hydrographic surveys including bathymetric · Instrumentation and monitoring · Structural and building condition surveys · Land mapping · GPS RTK · Engineering
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: 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.
Lot 1 Value: GBP 6,204,000
Lot 1 Value (Gross): GBP 7,444,800
Lot 1 Contract Start: 2026-06-30T00:00:00+01:00
Lot 1 Contract End: 2030-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Techniqual (60%)
Lot 1 Award Criterion (cost): Commercial (40%)
Lot Title: Below Ground Surveys
Lot Description: Lot 2 covers below ground surveys focused on utility detection, mapping and condition assessment to support safe design and delivery and reduce strike and delay risk across Thames Water's operational area. Outputs will be provided in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning • PAS 128 utility surveys (or a direct European equivalent) • Detailed manhole surveys • CCTV drainage surveys • Electromagnetic locating or EM scanning • High Density Array GPR Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types • Cable identification • Pumping station drop tests • Bridge deck scanning • Connection surveys • Line and level surveys • Concrete scanning • Rebar scanning • Chamber Scanning
Lot 2 Status: active
Lot 2 Has Options: Yes
Lot 2 Options: 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.
Lot 2 Value: GBP 4,488,000
Lot 2 Value (Gross): GBP 5,385,600
Lot 2 Contract Start: 2026-06-30T00:00:00+01:00
Lot 2 Contract End: 2030-03-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Techniqual (60%)
Lot 2 Award Criterion (cost): Commercial (40%)
Lot Title: Ground Investigation
Lot Description: Lot 3 covers ground investigation services to support geotechnical and geoenvironmental understanding for design, consents and construction planning across Thames Water's operational area. Outputs will be delivered in line with the Standard Requirements, with appropriate safety, quality and data controls Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning • Geotechnical and geoenvironmental ground investigation • Electromagnetic (EM) Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types • Microgravity surveys • Vibration or acoustic surveys • Metal detection • Unexploded ordonnance (UXO) surveys
Lot 3 Status: active
Lot 3 Has Options: Yes
Lot 3 Options: 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.
Lot 3 Value: GBP 2,508,000
Lot 3 Value (Gross): GBP 3,009,600
Lot 3 Contract Start: 2026-06-30T00:00:00+01:00
Lot 3 Contract End: 2030-03-31T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Techniqual (60%)
Lot 3 Award Criterion (cost): Commercial (40%)
Lot Title: Multidisciplinary Surveys
Lot Description: Lot 4 covers integrated multidisciplinary survey programmes where Thames Water requires a single provider to plan, sequence and deliver surveys spanning multiple disciplines across Lots 1-3, producing consolidated outputs in line with the Standard Requirements for methodology, data, reporting and deliverables.
Lot 4 Status: active
Lot 4 Has Options: Yes
Lot 4 Options: 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.
Lot 4 Value: GBP 8,800,000
Lot 4 Value (Gross): GBP 10,560,000
Lot 4 Contract Start: 2026-06-30T00:00:00+01:00
Lot 4 Contract End: 2030-03-31T23:59:59+01:00
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Techniqual (60%)
Lot 4 Award Criterion (cost): Commercial (40%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"date": "2026-02-06T16:16:37Z",
"id": "011131-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-064a8c",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PNQQ-4647-DTCV",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Reading",
"postalCode": "RG1 8DB",
"region": "UKJ11",
"streetAddress": "Clearwater Court"
},
"contactPoint": {
"email": "procurement.support.centre@thameswater.co.uk"
},
"details": {
"classifications": [
{
"description": "Private utility",
"id": "privateUtility",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-02366661",
"identifier": {
"id": "02366661",
"scheme": "GB-COH"
},
"name": "THAMES WATER UTILITIES LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-06-19T23:59:59+01:00"
},
"description": "Thames Water intends to establish a Framework Agreement to appoint suitably qualified suppliers to deliver site investigation surveys and associated deliverables across its operational area. The Framework will enable Thames Water (and, where applicable, permitted person and including main contractors) to call off individual surveys and/or programmes of surveys on an as\u2011needed basis during the Framework term.\nThis Framework is intended to cover both infrastructure and non\u2011infrastructure projects, which may take place on Thames Water sites, private or public land, and/or within highways and road environments.\nThames Water reserves the right to refine the award criteria. Please note that that deadline for asking for access to the PSQ \u0026 submitting of the 5 March 2026.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-06T16:16:37Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "011131-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/011131-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-20T17:00:00Z"
},
"expressionOfInterestDeadline": "2026-03-05T10:00:00Z",
"id": "FA2381",
"items": [
{
"additionalClassifications": [
{
"description": "Global navigation and positioning systems (GPS or equivalent)",
"id": "38112100",
"scheme": "CPV"
},
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
},
{
"description": "Survey services",
"id": "79311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Subsurface surveying services",
"id": "71352000",
"scheme": "CPV"
},
{
"description": "Surveying services",
"id": "71355000",
"scheme": "CPV"
},
{
"description": "Survey services",
"id": "79311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Geotechnical engineering services",
"id": "71332000",
"scheme": "CPV"
},
{
"description": "Ground investigation services",
"id": "71351500",
"scheme": "CPV"
},
{
"description": "Surveying services",
"id": "71355000",
"scheme": "CPV"
},
{
"description": "Survey services",
"id": "79311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Global navigation and positioning systems (GPS or equivalent)",
"id": "38112100",
"scheme": "CPV"
},
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
},
{
"description": "Survey services",
"id": "79311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Techniqual",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-30T23:59:59+01:00",
"startDate": "2026-06-30T00:00:00+01:00"
},
"description": "Lot 1 covers delivery of above ground surveys and associated outputs to support feasibility, optioneering, design development, consents and construction planning across Thames Water\u0027s operational area. Surveys will be undertaken on live operational sites and project locations and delivered in line with the Standard Requirements for methodology, data, reporting and deliverables\nCore survey types\nCore means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning\n\u00b7 Laser scanning\n\u00b7 Topographical surveys\n\u00b7 Drone surveys\n\u00b7 Measured building surveys\n\u00b7 Photogrammetry\nOptional survey types\nOptional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types\n\u00b7 LiDAR surveys\n\u00b7 Aerial photography\n\u00b7 360 photo surveys\n\u00b7 Satellite surveys\n\u00b7 Mobile mapping\n\u00b7 Geodetic control\n\u00b7 Infrared (thermal) imaging\n\u00b7 Hydraulic surveys\n\u00b7 Hydrographic surveys including bathymetric\n\u00b7 Instrumentation and monitoring\n\u00b7 Structural and building condition surveys\n\u00b7 Land mapping\n\u00b7 GPS RTK\n\u00b7 Engineering",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "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."
},
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Above Ground Surveys",
"value": {
"amount": 6204000,
"amountGross": 7444800,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Techniqual",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-30T23:59:59+01:00",
"startDate": "2026-06-30T00:00:00+01:00"
},
"description": "Lot 2 covers below ground surveys focused on utility detection, mapping and condition assessment to support safe design and delivery and reduce strike and delay risk across Thames Water\u0027s operational area. Outputs will be provided in line with the Standard Requirements for methodology, data, reporting and deliverables\nCore survey types\nCore means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning\n\u2022\tPAS 128 utility surveys (or a direct European equivalent)\n\u2022\tDetailed manhole surveys\n\u2022\tCCTV drainage surveys\n\u2022\tElectromagnetic locating or EM scanning \n\u2022\tHigh Density Array GPR\nOptional survey types\nOptional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types\n\u2022\tCable identification\n\u2022\tPumping station drop tests\n\u2022\tBridge deck scanning\n\u2022\tConnection surveys\n\u2022\tLine and level surveys\n\u2022\tConcrete scanning\n\u2022\tRebar scanning\n\u2022\tChamber Scanning",
"hasOptions": true,
"hasRenewal": true,
"id": "2",
"options": {
"description": "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."
},
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Below Ground Surveys",
"value": {
"amount": 4488000,
"amountGross": 5385600,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Techniqual",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-30T23:59:59+01:00",
"startDate": "2026-06-30T00:00:00+01:00"
},
"description": "Lot 3 covers ground investigation services to support geotechnical and geoenvironmental understanding for design, consents and construction planning across Thames Water\u0027s operational area. Outputs will be delivered in line with the Standard Requirements, with appropriate safety, quality and data controls\nCore survey types\nCore means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning\n\u2022 Geotechnical and geoenvironmental ground investigation\n\u2022\tElectromagnetic (EM)\nOptional survey types\nOptional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types\n\u2022\tMicrogravity surveys\n\u2022\tVibration or acoustic surveys\n\u2022\tMetal detection\n\u2022\tUnexploded ordonnance (UXO) surveys",
"hasOptions": true,
"hasRenewal": true,
"id": "3",
"options": {
"description": "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."
},
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Ground Investigation",
"value": {
"amount": 2508000,
"amountGross": 3009600,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Techniqual",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-30T23:59:59+01:00",
"startDate": "2026-06-30T00:00:00+01:00"
},
"description": "Lot 4 covers integrated multidisciplinary survey programmes where Thames Water requires a single provider to plan, sequence and deliver surveys spanning multiple disciplines across Lots 1-3, producing consolidated outputs in line with the Standard Requirements for methodology, data, reporting and deliverables.",
"hasOptions": true,
"hasRenewal": true,
"id": "4",
"options": {
"description": "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."
},
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Multidisciplinary Surveys",
"value": {
"amount": 8800000,
"amountGross": 10560000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Suppliers will be invited to submit for PSQ, following which then are evaluated to confirm eligibility and shortlist bidders progressing to the ITN stage.\nThe ITN is then issued, followed by a clarification window so all bidders have consistent information before preparing submissions. Once ITN responses are received, Thames Water completes a full evaluation covering commercial, technical and legal aspects, and then down-selects to a smaller group for negotiation.\nNegotiation and final clarification follow, giving suppliers the opportunity to improve and optimise their proposals where appropriate \"this maybe more than 1 round\".\nThe process concludes with internal approvals, contract finalisation and award. This approach is designed to be clear and proportionate for bidders, while allowing iterative engagement where it genuinely adds value and ensuring a transparent, value-focused selection process."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "If you would like access to the PSQ documents, please fill out this form, thank you.\nhttps://forms.office.com/e/JqXR8DrN0D",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Thames Water will establish a non exclusive Framework Agreement for the provision of site investigation surveys and associated deliverables, split into four Lots\n\u2022\tLot 1 Above ground surveys\n\u2022\tLot 2 Below ground surveys\n\u2022\tLot 3 Ground Investigation\n\u2022\tLot 4 Multidisciplinary surveys, combining requirements across Lots 1-3\nThe Framework will operate as a mechanism to appoint capable suppliers by Lot and then commission specific requirements via call-off contracts during the Framework term using a defined pricing and selection process.\nSupplier appointment and governance\nSuppliers will submit bids by Lot and will be evaluated based on the combined scoring methodology . Suppliers may bid for one or multiple Lots. Lot structure will be retained for governance and call-off eligibility, while enabling Thames Water to procure integrated requirements where needed (particularly under Lot 4).\nPricing approach under the Framework\nServices will be priced using either an activity\u2011based schedule or a schedule of rates, depending on the value and complexity of the services required.",
"method": "withReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "Site Investigation Survey Framework",
"value": {
"amount": 176000000,
"amountGross": 211200000,
"currency": "GBP"
}
}
}