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 wishes to award a framework agreement to suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across the identified the lotting structures. Due to breadth and scale of Thames Waters AMP8 delivery program and the varying condition of buildings and structures within the Thames Water estate, there is need to carry out new installations, renovation and remedial works to ensure they deliver AMP projects and remain fit for purpose. The Framework Agreement will cover the following works: Lot 1: Systems Integration (SI) Lot 2a: Low Voltage Assemblies (LVAs) Lot 2b: Sewage Pumping Station (SPS) LVAs Lot 3a: New or Modification EICA Installations Lot 3b: Sewage Pumping Station (SPS) Installations Lot 3c: Fibre Optic Cabling Lot 4: OT Software, Security and Integration Support Lot 5: Regional Supervisory Control and Data Acquisition (SCADA) Thames Water reserve the right to issue multiple awards for each lot in this agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery. Thames Water reserve the right to enter into a contract or contracts for the provision of all or any number of lots. 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 PSQ is Friday 20th February 2026, at 10am.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/012924-2026
Link Description: Tender notice on Find a Tender
Lot Title: Systems Integration (SI)
Lot Description: Lot 1 under Thames Water's FA2208 framework refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems. This is a single lot to provide all Systems Integration (SI) services across Thames Water's operational estate. Provision of the design, implementation, and management of Systems Integration activities across Thames Water's control and automation environment. This includes Programmable Logic Controllers (PLCs), Human Machine Interfaces (HMIs), Site Supervisory Control and Data Acquisition (SCADA) systems, Layer 2 and Layer 3 networking, and Remote Telemetry Units (RTUs). The scope encompasses hardware and software design, installation, configuration, modification, commissioning, testing and handover of these systems. Lot 1 ensures the seamless integration of PLCs, MCCs, switchgear, RTUs, SCADA and OT software into a unified, functional whole, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems to support the reliable and secure operation of Thames Water's assets and processes. Lot 1 under the FA2208 framework covers Systems Integration and refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems. We will award multiple suppliers for this lot with a target of 15-25 suppliers who will be responsible for the required works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
Lot 1 Status: active
Lot 1 Value: GBP 144,000,000
Lot 1 Value (Gross): GBP 173,000,000
Lot 1 Contract Start: 2026-05-01T00:00:00+01:00
Lot 1 Contract End: 2030-05-01T23:59:59+01:00
Lot 1 Award Criterion (cost): Commercial (50%)
Lot 1 Award Criterion (quality): Technical (50%)
Lot Title: Low Voltage Assemblies (LVAs)
Lot Description: Lot 2a under Thames Water's FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate. The following list of activities are expected as part of the normal delivery of work under lot 2a. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • New Systems: Design, manufacture, test, supply, installation and commissioning of Low Voltage assemblies • Modification of Existing Systems: Modification of existing LVAs • Surveying: Surveying, condition reporting and Modification Suitability Assessment • Standardisation: Development of standard circuit design drawings and software applicable to LVAs Lot 2a under the FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate. Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
Lot 2a Status: active
Lot 2a Value: GBP 82,000,000
Lot 2a Value (Gross): GBP 99,000,000
Lot 2a Contract Start: 2026-05-01T00:00:00+01:00
Lot 2a Contract End: 2030-05-01T23:59:59+01:00
Lot 2a Award Criterion (cost): Commercial (50%)
Lot 2a Award Criterion (quality): Technical (50%)
Lot Title: Sewage Pumping Station (SPS) LVAs
Lot Description: Lot 2b under FA2208 covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs. The following list of activities are expected as part of the normal delivery of work under lot 2b. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • SPS Design & Manufacturing: Design, manufacture, test, installation and commissioning of two to three pump Sewage Pumping Station LVAs • Standardisation: Development of standard circuit design drawings and software applicable to LVAs Lot 2b under the FA2208 framework covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs. Thames Water will award between 5-10 suppliers who will be responsible works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor
Lot 2b Status: active
Lot 2b Value: GBP 56,000,000
Lot 2b Value (Gross): GBP 67,000,000
Lot 2b Contract Start: 2026-05-01T00:00:00+01:00
Lot 2b Contract End: 2030-05-01T23:59:59+01:00
Lot 2b Award Criterion (cost): Commerical (50%)
Lot 2b Award Criterion (quality): Technical (50%)
Lot Title: New or Modification EICA Installations
Lot Description: Lot 3a under the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water's infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation. The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • New or Modification EICA Installations: all cabling for the installation and modification of a PLC replacements, instrumentation Installations, outstations and auxiliary equipment. Lot 3a under the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water's infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation. Thames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
Lot 3a Status: active
Lot 3a Value: GBP 27,000,000
Lot 3a Value (Gross): GBP 33,000,000
Lot 3a Contract Start: 2026-05-01T00:00:00+01:00
Lot 3a Contract End: 2030-05-01T23:59:59+01:00
Lot 3a Award Criterion (cost): Commercial (50%)
Lot 3a Award Criterion (quality): Technical (50%)
Lot Title: Sewage Pumping Station (SPS) Installations
Lot Description: Lot 3b under the FA2208 framework covers Sewage Pumping Station (SPS) Installation of new or replacement SPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation. The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • Sewage Pumping Station Installations: o New cabling installations o Modification of existing cabling o Change out of existing equipment o Procure control panel from lot 2 b o Procure Kiosk o Procure Telemetry Outstation o Complete install Lot 3b under the FA2208 framework covers Sewage Pumping Station (SPS) Installation of new or replacement SPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation Thames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
Lot 3b Status: active
Lot 3b Value: GBP 27,000,000
Lot 3b Value (Gross): GBP 33,000,000
Lot 3b Contract Start: 2026-05-01T00:00:00+01:00
Lot 3b Contract End: 2030-05-01T23:59:59+01:00
Lot 3b Award Criterion (cost): Commercial (50%)
Lot 3b Award Criterion (quality): Technical (50%)
Lot Title: Fibre Optic Cabling
Lot Description: Lot 3c under the FA2208 framework covers fibre optic cabling installation of new fibre optic cabling and modification of existing cabling installations. Including testing. The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • Fibre Optic Cabling: Installation of new fibre optic cabling and modification of existing cabling installations. Including testing Lot 3C under the FA2208 framework covers Fibre Optic Cabling including the installation of new fibre optic cabling and modification of existing cabling installations. Including testing. Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor
Lot 3c Status: active
Lot 3c Value: GBP 27,000,000
Lot 3c Value (Gross): GBP 33,000,000
Lot 3c Contract Start: 2026-05-01T00:00:00+01:00
Lot 3c Contract End: 2030-05-01T23:59:59+01:00
Lot 3c Award Criterion (cost): Commercial (50%)
Lot 3c Award Criterion (quality): Technical (50%)
Lot Title: OT Software, Security and Integration Support
Lot Description: Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them. This Lot covers the specialist software engineering, integration, analytics, and cyber security capabilities required to support Thames Water's Operational Technology (OT) environment. It includes the design, development, configuration, and lifecycle support of OT applications, data pipelines, and secure infrastructure across Thames Water's SCADA, historian, edge, and network systems. Suppliers in this Lot will provide both technical depth and flexible capacity to develop, enhance, and maintain software and security capabilities that underpin operational resilience and data-driven performance. The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work. • Time Series, Alarm and Event Data: Historian and data analytics development capabilities • Data time stamped at source SCADA: Regional SCADA development capabilities • Data time stamped at destination SCADA: Site SCADA development capabilities • Data logger and store forwarding: Development, configuration, and functional testing of RTU and edge data collection applications and firmware • Data into SCADA integration: Protocol translation application development such as MQTT, OPC, DNP3, Mobus, CIP • Security Control tuning: Suppliers must demonstrate practical capability in continuous improvement of OT cyber posture, including threat detection fine tuning, patch management coordination, and incident response collaboration with Thames Water's OT Security Operations Centre • Network configuration: Design, build, and optimisation of Layer 2 and Layer 3 network configurations aligned with approved OT architecture templates. Includes creation of configuration baselines, validation testing, and documentation for handover and future support • Edge security: Firewall deployment, activations of edge security • General programming: Coding using standard IEC 61131 languages, C, C#, ASP.NET, SQL and PowerShell scripts • Backups: Active and passive backup solutions Lot 4 under the FA2208 framework covers OT Software, Security and Integration Support: Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them. Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
Lot 4 Status: active
Lot 4 Value: GBP 39,000,000
Lot 4 Value (Gross): GBP 47,000,000
Lot 4 Contract Start: 2026-05-01T00:00:00+01:00
Lot 4 Contract End: 2030-05-01T23:59:59+01:00
Lot 4 Award Criterion (cost): Commercial (50%)
Lot 4 Award Criterion (quality): Technical (50%)
Lot Title: Regional Supervisory Control and Data Acquisition
Lot Description: Regional SCADA: Lot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates. This is a single lot to provide all Regional SCADA configuration needs across Thames Water operational estate, and is assigned based on capability, capacity and quality. The Lot covers provision of the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates. Lot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates Thames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition.
Lot 5 Status: active
Lot 5 Value: GBP 33,000,000
Lot 5 Value (Gross): GBP 40,000,000
Lot 5 Contract Start: 2026-05-01T00:00:00+01:00
Lot 5 Contract End: 2030-05-01T23:59:59+01:00
Lot 5 Award Criterion (cost): Commercial (50%)
Lot 5 Award Criterion (quality): Technical (50%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"date": "2026-02-12T13:57:15Z",
"id": "012924-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0602e6",
"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": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "The enquiry and submission deadlines extended.",
"id": "012924-2026"
}
],
"awardPeriod": {
"endDate": "2026-04-01T23:59:59+01:00"
},
"description": "Thames Water wishes to award a framework agreement to suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across the identified the lotting structures.\nDue to breadth and scale of Thames Waters AMP8 delivery program and the varying condition of buildings and structures within the Thames Water estate, there is need to carry out new installations, renovation and remedial works to ensure they deliver AMP projects and remain fit for purpose.\nThe Framework Agreement will cover the following works:\nLot 1: Systems Integration (SI)\nLot 2a: Low Voltage Assemblies (LVAs)\nLot 2b: Sewage Pumping Station (SPS) LVAs\nLot 3a: New or Modification EICA Installations\nLot 3b: Sewage Pumping Station (SPS) Installations\nLot 3c: Fibre Optic Cabling\nLot 4: OT Software, Security and Integration Support\nLot 5: Regional Supervisory Control and Data Acquisition (SCADA)\nThames Water reserve the right to issue multiple awards for each lot in this agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery. Thames Water reserve the right to enter into a contract or contracts for the provision of all or any number of lots.\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 PSQ is Friday 20th February 2026, at 10am.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-12T13:57:15Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "012924-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/012924-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-06T18:00:00Z"
},
"id": "FA2208",
"items": [
{
"additionalClassifications": [
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Software integration consultancy services",
"id": "72227000",
"scheme": "CPV"
},
{
"description": "Maintenance of information technology software",
"id": "72267100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Electricity distribution and control apparatus",
"id": "31200000",
"scheme": "CPV"
},
{
"description": "Instrumentation and control equipment",
"id": "31682210",
"scheme": "CPV"
},
{
"description": "Other electrical installation work",
"id": "45317000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "2a",
"relatedLot": "2a"
},
{
"additionalClassifications": [
{
"description": "Electricity distribution and control apparatus",
"id": "31200000",
"scheme": "CPV"
},
{
"description": "Reciprocating positive-displacement pumps for liquids",
"id": "42122200",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "2b",
"relatedLot": "2b"
},
{
"additionalClassifications": [
{
"description": "Substation equipment",
"id": "31682540",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "3a",
"relatedLot": "3a"
},
{
"additionalClassifications": [
{
"description": "Sewage pumps",
"id": "42122220",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "3b",
"relatedLot": "3b"
},
{
"additionalClassifications": [
{
"description": "Network equipment",
"id": "32420000",
"scheme": "CPV"
},
{
"description": "Optical-fibre cables",
"id": "32562000",
"scheme": "CPV"
},
{
"description": "Installation of cable infrastructure",
"id": "45314300",
"scheme": "CPV"
},
{
"description": "Installation of computer cabling",
"id": "45314320",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "3c",
"relatedLot": "3c"
},
{
"additionalClassifications": [
{
"description": "Software integration consultancy services",
"id": "72227000",
"scheme": "CPV"
},
{
"description": "Systems testing services",
"id": "72254100",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "4",
"relatedLot": "4"
},
{
"additionalClassifications": [
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Information technology services",
"id": "72222300",
"scheme": "CPV"
},
{
"description": "Software integration consultancy services",
"id": "72227000",
"scheme": "CPV"
},
{
"description": "System and support services",
"id": "72250000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "5",
"relatedLot": "5"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 1 under Thames Water\u0027s FA2208 framework refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems.\nThis is a single lot to provide all Systems Integration (SI) services across Thames Water\u0027s operational estate. Provision of the design, implementation, and management of Systems Integration activities across Thames Water\u0027s control and automation environment. This includes Programmable Logic Controllers (PLCs), Human Machine Interfaces (HMIs), Site Supervisory Control and Data Acquisition (SCADA) systems, Layer 2 and Layer 3 networking, and Remote Telemetry Units (RTUs). The scope encompasses hardware and software design, installation, configuration, modification, commissioning, testing and handover of these systems.\nLot 1 ensures the seamless integration of PLCs, MCCs, switchgear, RTUs, SCADA and OT software into a unified, functional whole, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems to support the reliable and secure operation of Thames Water\u0027s assets and processes.\nLot 1 under the FA2208 framework covers Systems Integration and refers to the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems.\nWe will award multiple suppliers for this lot with a target of 15-25 suppliers who will be responsible for the required works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.",
"hasRenewal": true,
"id": "1",
"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",
"title": "Systems Integration (SI)",
"value": {
"amount": 144000000,
"amountGross": 173000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 2a under Thames Water\u0027s FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate.\nThe following list of activities are expected as part of the normal delivery of work under lot 2a. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 New Systems: Design, manufacture, test, supply, installation and commissioning of Low Voltage assemblies\n\u2022 Modification of Existing Systems: Modification of existing LVAs\n\u2022 Surveying: Surveying, condition reporting and Modification Suitability Assessment\n\u2022 Standardisation: Development of standard circuit design drawings and software applicable to LVAs\nLot 2a under the FA2208 framework covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate.\u202f\nThames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.",
"hasRenewal": true,
"id": "2a",
"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",
"title": "Low Voltage Assemblies (LVAs)",
"value": {
"amount": 82000000,
"amountGross": 99000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commerical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 2b under FA2208 covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs.\nThe following list of activities are expected as part of the normal delivery of work under lot 2b. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 SPS Design \u0026 Manufacturing: Design, manufacture, test, installation and commissioning of two to three pump Sewage Pumping Station LVAs\n\u2022 Standardisation: Development of standard circuit design drawings and software applicable to LVAs\nLot 2b under the FA2208 framework covers the design, manufacture, testing,\u202finstallation\u202fand commissioning of two to three pump Sewage Pumping Station LVAs.\u202f\nThames Water will award between 5-10 suppliers who will be responsible works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3429,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor",
"hasRenewal": true,
"id": "2b",
"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",
"title": "Sewage Pumping Station (SPS) LVAs",
"value": {
"amount": 56000000,
"amountGross": 67000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 3a under the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water\u0027s infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.\nThe following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 New or Modification EICA Installations: all cabling for the installation and modification of a PLC replacements, instrumentation Installations, outstations and auxiliary equipment.\nLot 3a\u202funder the FA2208 framework covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation\u202freplacement and\u202fInstallations,\u202foutstations\u202fand auxiliary equipment across Thames Water\u0027s infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.\nThames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.",
"hasRenewal": true,
"id": "3a",
"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",
"title": "New or Modification EICA Installations",
"value": {
"amount": 27000000,
"amountGross": 33000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 3b under the FA2208 framework covers Sewage Pumping Station (SPS) Installation of new or replacement SPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.\nThe following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 Sewage Pumping Station Installations:\no New cabling installations\no Modification of existing cabling\no Change out of existing equipment\no Procure control panel from lot 2 b\no Procure Kiosk\no Procure Telemetry Outstation\no Complete install\nLot 3b under the FA2208 framework covers Sewage Pumping Station (SPS)\u202fInstallation of new or replacement\u202fSPS\u202fincluding\u202fLVA (manufactured by a Lot 2b supplier),\u202fcontrol system,\u202fkiosk, RTU, instrumentation\u202fand complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation\nThames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.",
"hasRenewal": true,
"id": "3b",
"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",
"title": "Sewage Pumping Station (SPS) Installations",
"value": {
"amount": 27000000,
"amountGross": 33000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 3c under the FA2208 framework covers fibre optic cabling installation of new fibre optic cabling and modification of existing cabling installations. Including testing.\nThe following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 Fibre Optic Cabling: Installation of new fibre optic cabling and modification of existing cabling installations. Including testing\nLot 3C under the FA2208 framework covers Fibre Optic Cabling\u202fincluding the installation of new fibre optic cabling and modification of existing cabling installations. Including testing.\nThames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor",
"hasRenewal": true,
"id": "3c",
"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",
"title": "Fibre Optic Cabling",
"value": {
"amount": 27000000,
"amountGross": 33000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.\nThis Lot covers the specialist software engineering, integration, analytics, and cyber security capabilities required to support Thames Water\u0027s Operational Technology (OT) environment. It includes the design, development, configuration, and lifecycle support of OT applications, data pipelines, and secure infrastructure across Thames Water\u0027s SCADA, historian, edge, and network systems. Suppliers in this Lot will provide both technical depth and flexible capacity to develop, enhance, and maintain software and security capabilities that underpin operational resilience and data-driven performance.\nThe following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.\n\u2022 Time Series, Alarm and Event Data: Historian and data analytics development capabilities\n\u2022 Data time stamped at source SCADA: Regional SCADA development capabilities\n\u2022 Data time stamped at destination SCADA: Site SCADA development capabilities\n\u2022 Data logger and store forwarding: Development, configuration, and functional testing of RTU and edge data collection applications and firmware\n\u2022 Data into SCADA integration: Protocol translation application development such as MQTT, OPC, DNP3, Mobus, CIP\n\u2022 Security Control tuning: Suppliers must demonstrate practical capability in continuous improvement of OT cyber posture, including threat detection fine tuning, patch management coordination, and incident response collaboration with Thames Water\u0027s OT Security Operations Centre\n\u2022 Network configuration: Design, build, and optimisation of Layer 2 and Layer 3 network configurations aligned with approved OT architecture templates. Includes creation of configuration baselines, validation testing, and documentation for handover and future support\n\u2022 Edge security: Firewall deployment, activations of edge security\n\u2022 General programming: Coding using standard IEC 61131 languages, C, C#, ASP.NET, SQL and PowerShell scripts\n\u2022 Backups: Active and passive backup solutions\nLot 4 under the FA2208 framework covers OT Software,\u202fSecurity\u202fand\u202fIntegration Support: Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills\u202frequired\u202fto support them.\u202f\u202f\nThames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.",
"hasRenewal": true,
"id": "4",
"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",
"title": "OT Software, Security and Integration Support",
"value": {
"amount": 39000000,
"amountGross": 47000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Commercial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "cost"
},
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"description": "Regional SCADA: Lot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water\u0027s operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates.\nThis is a single lot to provide all Regional SCADA configuration needs across Thames Water operational estate, and is assigned based on capability, capacity and quality.\nThe Lot covers provision of the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water\u0027s operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming, logging and corporate historian updates.\u202f\nLot 5 under the FA2208 framework covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water\u0027s operational estate. This includes\u202fGeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities - data acquisition, monitoring, control, alarming,\u202flogging\u202fand corporate historian updates\nThames Water will award between 5-10 suppliers who will be responsible for delivering the works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under \u00a3250,000 being directly awarded to a preferred supplier without competition.",
"hasRenewal": true,
"id": "5",
"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",
"title": "Regional Supervisory Control and Data Acquisition",
"value": {
"amount": 33000000,
"amountGross": 40000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Competitive Flexible Procedure - Steps and Stages\u202f\nThe 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.\u202f\nStage 1:\u202fTender\u202fNotice Publication\u202f\n\u2022\tThe process begins with the publication of the\u202fContract Notice\u202fon the Find a Tender Service (FTS)\u202f\n\u2022\tThis will outline the scope of requirements, procurement stages, and timelines\u202f\nStage 2: Pre-Specific\u202fQuestionnaire (PSQ)\u202f\n\u2022\tPSQ Publication:\u202fThe PSQ will be published alongside the contract notice\u202f\n\u2022\tSupplier Response:\u202fSuppliers will complete and\u202fsubmit\u202fthe PSQ by the stated deadline\u202f\n\u2022\tClarification Period:\u202fA defined window will allow suppliers to raise queries and Thames Water to provide clarifications\u202f\n\u2022\tEvaluation:\u202fPSQ responses will be assessed on a\u202fpass/fail and weighted basis\u202fagainst mandatory criteria\u202f\n\u2022\tOutcome:\u202fSuccessful suppliers will be shortlisted and invited to the next stage\u202f\n\u202f Stage 3:\u202fPreliminary\u202fTender Submission\u202f\n\u2022\tIssue of Documents:\u202fShortlisted suppliers will receive the full\u202finformation\u202fpack\u202f\n\u2022\tClarification:\u202fSuppliers\u202fsubmit\u202fany clarification questions to the tender. TW will answer\u202f\n\u2022\tSubmissions:\u202fSuppliers\u202fsubmit\u202fbid submissions (technical and commercial proposals)\u202f\n\u2022\tClarification\u202fand Questions:\u202fTW\u202fsubmit\u202fclarifications and questions to the supplier responses\u202f\n\u2022\tEvaluation:\u202fSubmissions are assessed against published criteria\u202f\n\u202f Stage 4:\u202fNegotiation Stage\u202f\n\u2022\tShortlisted suppliers will receive invitations to negotiate\u202fand further information about the process\u202f\n\u2022\tNegotiation and Refinement:\u202fNegotiations with suppliers to refine solutions and optimise value. These will include 1 on 1 negotiations and BAFO processes. \u202f\u202f\n\u2022\tUpdated Submissions:\u202fSuppliers\u202fto\u202fsubmit\u202frevised bids following negotiation rounds\u202f\n\u202f Stage\u202f5: Final Evaluation and Selection\u202f\n\u2022\tEvaluation:\u202fFinal submissions are evaluated against weighted criteria\u202f\n\u202f Stage\u202f6: Contract Award\u202f\n\u2022\tNotification:\u202fSuccessful and unsuccessful suppliers will be informed in writing\u202f\n\u2022\tStandstill Period:\u202fA mandatory standstill period will apply before contract signature\u202f\n\u2022\tContract Execution:\u202fFollowing standstill, the contract will be awarded and signed."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "To gain access to the PSQ documents, please fill out the details on this form;\nhttps://forms.office.com/e/AKBQy45KyE",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "General pricing is determined at the framework stage via a mix of hourly rates and scenario-based pricing. Accurate pricing is determined at the mini-comp stage by obtaining quotes for specific packages of work. The selection process for the award of contracts will be via a mix of direct award below a stated threshold and mini competitions.",
"method": "withAndWithoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-03-13T10:00:00Z"
},
"title": "Control and Automation",
"value": {
"amount": 435000000,
"amountGross": 522000000,
"currency": "GBP"
}
}
}