← Back to opportunities

Combined Heat and Power Engines

THAMES WATER UTILITIES LIMITED

Buyer Contact Info

Buyer Name: THAMES WATER UTILITIES LIMITED

Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom

Contact Email: procurement.support.centre@thameswater.co.uk

Status
active
Procedure
open
Value
0.0 GBP
Gross: 0 GBP
Published
07 Nov 2025, 10:31
Deadline
28 Nov 2025, 10:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
34311110 - Spark-ignition engines
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

This procurement relates to the supply, commissioning and maintenance support of Combined Heat and Power (CHP) engines across multiple Thames Water wastewater treatment sites to maximise engine availability / performance. The scope includes the provision of new CHP units and associated services to support operational efficiency and energy recovery, as well as spare parts stock holding and technical support. Objectives and Expected Outcomes Effective utilisation of the biogas produced during the treatment of sludge, minimising flaring of gas, maximising electrical heat and power production • Securing Capacity: Ensure supply of CHP Engine requirement through AMP 8 and AMP 9 • Standardisation: Promote consistency across the CHP estate to reduce complexity and improve asset availability • Commercial Value: Leverage volume-based incentives and long-term value through strategic sourcing • Serviceability: Ensure availability of cost-effective spare parts and technical support • Efficiency & Sustainability: Support energy recovery and carbon reduction goals by securing high-performance, low-emission CHP solutions • Regulatory Changes: Ensure compliance with evolving regulatory requirements • Innovation: Accommodate benefits from innovation Procurement Approach: A competitive tender process will be undertaken to appoint a supplier capable of delivering the full scope. We anticipate awarding the contract to a single supplier but reserve the right to award to more than one supplier if it is deemed to deliver best value. Background: Thames Water (TW) currently operates 47 Combined Heat and Power Engines (CHP) across 24 wastewater treatment sites. These engines vary in age, size and output, and many are approaching the end of their lifecycle (typically 20 years). Anticipated Requirements: • Replacement of end-of-life engines during AMP 8 with estimated 10 - 16 new engines (Estimated range between 100kW - 1500kW electrical output) expected to be installed within AMP 8 alone. Further new engines will be required for AMP 9 • Specification: to be provided at PSQ • Support innovation: We are always looking for ways to improve what we do, and welcome innovative ideas/solutions • Compliance with evolving environmental regulations, especially around emissions to air (e.g. methane slip and possible carbon capture under the Industrial Emissions Directive) • Integration of AMP 9 requirements, to leverage further standardisation and volume-based discounts: The engines on an additional 7 wastewater treatment sites planned to be upgraded in AMP 9 What we anticipate purchasing TW is seeking to procure a comprehensive solution for CHP engines, which includes: • Supply, installation, and commissioning of new CHP engines across the TW estate • Ancillary components required for engine connection and operation • Provision of spare parts to support ongoing maintenance • Planned and reactive maintenance in line with the manufacturers O&M manual • Technical support to ensure safe and efficient operation through the lifecycle of the asset The procurement will cover both replacement of end-of-life engines and new installations to meet growing demand. The current aim is to award a single-source agreement to enable standardisation, improve serviceability, and reduce complexity across the estate. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 28th November 2025, at 10 am.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/071910-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value (Gross): GBP 0

Lot 1 Contract Start: 2026-06-01T00:00:00+01:00

Lot 1 Contract End: 2034-05-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Commercial (40%)

Lot 1 Award Criterion (quality): Technical (60%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-02366661",
    "name": "THAMES WATER UTILITIES LIMITED"
  },
  "date": "2025-11-07T10:31:20Z",
  "id": "071910-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05d7ce",
  "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": "Please note we have moved the date of  PSQ clarifications to the 14th November 2025, at 5 pm.",
        "id": "071910-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-03-30T23:59:59+01:00"
    },
    "description": "This procurement relates to the supply, commissioning and maintenance support of Combined Heat and Power (CHP) engines across multiple Thames Water wastewater treatment sites to maximise engine availability / performance. The scope includes the provision of new CHP units and associated services to support operational efficiency and energy recovery, as well as spare parts stock holding and technical support.\nObjectives and Expected Outcomes\nEffective utilisation of the biogas produced during the treatment of sludge, minimising flaring of gas, maximising electrical heat and power production\n\u2022\tSecuring Capacity: Ensure supply of CHP Engine requirement through AMP 8 and AMP 9\n\u2022\tStandardisation: Promote consistency across the CHP estate to reduce complexity and improve asset availability\n\u2022\tCommercial Value: Leverage volume-based incentives and long-term value through strategic sourcing\n\u2022\tServiceability: Ensure availability of cost-effective spare parts and technical support\n\u2022\tEfficiency \u0026 Sustainability: Support energy recovery and carbon reduction goals by securing high-performance, low-emission CHP solutions\n\u2022\tRegulatory Changes: Ensure compliance with evolving regulatory requirements\n\u2022\tInnovation: Accommodate benefits from innovation\nProcurement Approach: A competitive tender process will be undertaken to appoint a supplier capable of delivering the full scope. We anticipate awarding the contract to a single supplier but reserve the right to award to more than one supplier if it is deemed to deliver best value.\nBackground: Thames Water (TW) currently operates 47 Combined Heat and Power Engines (CHP) across 24 wastewater treatment sites. These engines vary in age, size and output, and many are approaching the end of their lifecycle (typically 20 years).\nAnticipated Requirements:\n\u2022\tReplacement of end-of-life engines during AMP 8 with estimated 10 - 16 new engines (Estimated range between 100kW - 1500kW electrical output) expected to be installed within AMP 8 alone. Further new engines will be required for AMP 9\n\u2022\tSpecification: to be provided at PSQ\n\u2022\tSupport innovation: We are always looking for ways to improve what we do, and welcome innovative ideas/solutions\n\u2022\tCompliance with evolving environmental regulations, especially around emissions to air (e.g. methane slip and possible carbon capture under the Industrial Emissions Directive)\n\u2022\tIntegration of AMP 9 requirements, to leverage further standardisation and volume-based discounts: The engines on an additional 7 wastewater treatment sites planned to be upgraded in AMP 9\nWhat we anticipate purchasing\nTW is seeking to procure a comprehensive solution for CHP engines, which includes:\n\u2022\tSupply, installation, and commissioning of new CHP engines across the TW estate\n\u2022\tAncillary components required for engine connection and operation\n\u2022\tProvision of spare parts to support ongoing maintenance\n\u2022\tPlanned and reactive maintenance in line with the manufacturers O\u0026M manual\n\u2022\tTechnical support to ensure safe and efficient operation through the lifecycle of the asset\nThe procurement will cover both replacement of end-of-life engines and new installations to meet growing demand. The current aim is to award a single-source agreement to enable standardisation, improve serviceability, and reduce complexity across the estate.\nPlease note that that deadline for asking for access to the PSQ \u0026 submitting of the PSQ is 28th November 2025, at 10 am.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-07T10:31:20Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "071910-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/071910-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-11-14T17:00:00Z"
    },
    "id": "FA2277",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Spark-ignition engines",
            "id": "34311110",
            "scheme": "CPV"
          },
          {
            "description": "Turbines and motors",
            "id": "42110000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of machinery",
            "id": "50530000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-05-30T23:59:59+01:00",
          "startDate": "2026-06-01T00:00:00+01:00"
        },
        "id": "1",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amountGross": 0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procedure": {
      "features": "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.\nStage 1: Tender Notice Publication\n\u2022\tThe process begins with the publication of the Contract Notice on the Find a Tender Service (FTS)\n\u2022\tThis will outline the scope of requirements, procurement stages, and timelines\nStage 2: Pre-Specific Questionnaire (PSQ)\n\u2022\tPSQ Publication: The PSQ will be published alongside the contract notice\n\u2022\tSupplier Response: Suppliers will complete and submit the PSQ by the stated deadline\n\u2022\tClarification Period: A defined window will allow suppliers to raise queries and Thames Water to provide clarifications\n\u2022\tEvaluation: PSQ responses will be assessed on a pass/fail basis against mandatory criteria\n\u2022\tOutcome: Successful suppliers will be shortlisted and invited to the next stage\nStage 3: Preliminary Tender Submission\n\u2022\tIssue of Documents: Shortlisted suppliers will receive the full information pack\n\u2022\tClarification: Suppliers submit any clarification questions to the tender. TW will answer\n\u2022\tSubmissions: Suppliers submit bid submissions (technical and commercial proposals)\n\u2022\tClarification and Questions: TW submit clarifications and questions to the supplier responses\n\u2022\tEvaluation: Submissions are assessed against published criteria\nStage 4: Negotiation Stage\n\u2022\tShortlisted suppliers will receive invitations to negotiate and further information about the process\n\u2022\tNegotiation and Refinement: Negotiations with suppliers to refine solutions and optimise value\n\u2022\tUpdated Submissions: Suppliers to submit revised bids following negotiation rounds\nStage 5: Final Evaluation and Selection\n\u2022\tEvaluation: Final submissions are evaluated against weighted criteria\nStage 6: Contract Award\n\u2022\tNotification: Successful and unsuccessful suppliers will be informed in writing\n\u2022\tStandstill Period: A mandatory standstill period will apply before contract signature\n\u2022\tContract Execution: Following 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 from this form;\nhttps://forms.office.com/e/pb0jdHXSdy",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "This framework agreement establishes the terms under which contracting authorities may award future call-off contracts for the provision of Combined Heat and Power Engines. It is designed to ensure transparency, value for money, and fair competition in accordance with the Procurement Act 2023.\nPrice Determination\nPrices under this framework may be determined through one or more of the following mechanisms:\n\u2022\tPre-agreed rate cards: Suppliers submit fixed or benchmarked rates for defined roles or services at the framework stage\n\u2022\tScenario testing: Contracting authorities may model pricing across different service configurations to assess cost-effectiveness\n\u2022\tNegotiation levers: Prior to award, authorities may negotiate discounts, rebates, offshoring commitments, or payment profiling to optimise commercial outcomes\nAward of Contracts\nContracts awarded under this framework will follow:\n\u2022\tDirect Award: Where the framework is with a single supplier or where the framework clearly defines the call-off terms and includes an objective mechanism for supplier selection\nThe framework will be awarded based on the Most Advantageous Tender (MAT), taking into account price, quality, and other relevant criteria as defined.",
        "method": "withoutReopeningCompetition",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-11-28T10:00:00Z"
    },
    "title": "Combined Heat and Power Engines",
    "value": {
      "amountGross": 0,
      "currency": "GBP"
    }
  }
}