Award

Coppermills WS-SRP Procurement

THAMES WATER UTILITIES LIMITED

This public procurement record has 6 releases in its history.

Award

12 May 2025 at 10:43

TenderUpdate

28 Mar 2024 at 13:15

TenderUpdate

08 Mar 2024 at 08:25

TenderUpdate

20 Feb 2024 at 21:16

TenderUpdate

14 Feb 2024 at 15:55

Tender

19 Jan 2024 at 19:12

Summary of the contracting process

The Coppermills WS-SRP procurement process, managed by Thames Water Utilities Limited, has reached the contract award stage. The process involved the negotiation procedure with prior call for competition, focusing on major construction works in the UK's construction industry. The project includes substantial works such as designing, constructing, and commissioning a High Lift Pumping Station, a Slow Sand Filter Recirculation and Run-to-Waste system, and other related infrastructure aimed at enhancing water supply resilience in Northeast London. The contract was awarded to Acciona Agua, UK LIMITED, and the process officially concluded with the contract signing on 10th March 2025. Key elements of the project required prior planning and stringent competition measures, ensuring the thorough selection procedure utilised in this significant infrastructure enhancement with a financial scope ranging from £300,000,000 to £400,000,000.

This procurement presents significant opportunities for businesses specialising in construction, engineering, and water treatment solutions. Companies engaged in high-level civil engineering, electrical automation, and process control could find substantial growth opportunities through involvement in such extensive infrastructure projects. With the emphasis on modern and efficient design and construction, firms with capabilities in sustainable and resilient solutions stand to benefit. The requirement for collaborative development of specific project elements with Thames Water further rewards businesses that excel in fostering strong partnerships and adapting to evolving project demands. This awarded contract will bolster the supplier’s reputation, offering them a prominent role in shaping future water supply infrastructure in London.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Coppermills WS-SRP Procurement

Notice Description

1.1. This project includes, but is not limited to the following packages of work: * A new circa 700 Ml/d High Lift Pumping Station (HLPS) * A new circa 260 Ml/d Slow Sand Filter (SSF) Recirculation and Run-to-Waste system * A new cryptosporidium treatment system to treat SSF filtrate for Cryptosporidium inactivation* * A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system* An overview of each of these packages and general requirements are provided in the Sections below. *Note: Thames Water is currently developing the requirements for these elements of scope and may decide to remove them from the scope of works or delay delivery of them following contract award, which will affect the overall value of works and programme duration.

Lot Information

Lot 1

1.1. High Lift Pumping Station * This package entails the design, construction, and commissioning of a new High Lift Pumping Station (HLPS) and decommissioning of the existing HLPS for Coppermills Advanced Water Treatment Works (AWTW). The existing HLPS is the primary means of distributing 'life's essential service' to customers in Northeast London and is being replaced to enhance supply resilience and future proof London's water supply system and will be funded via a conditional allowance programme. * At a high level, this package will involve the construction of a modern, energy efficient, and resilient pumping station in the footprint of an existing slow sand filter in the centre of this busy operational site. The new HLPS building will feature a meticulously designed basement and superstructure to house the new VSD controlled high lift pumps, surge suppression equipment, electrical systems, and Heating, Ventilation, and Air Conditioning (HVAC) plant. Additionally, this package will include logistically and technically complicated connections and modifications to the existing contact tank(s) and the existing HLPS outlet and inlet manifolds, as well as connection to the Thames Water Ring Main. Further, the works will include the development and implementation of a comprehensive Supervisory Control and Data Acquisition (SCADA) upgrade along with a new instrumentation and control system to optimise the overall operational efficiency of the new HLPS and to protect customers. Many of the ancillary works associated with this package are significant and will include but not be limited to: HV power upgrade, additional standby generator capacity, a new uninterrupted power supply system, asset protection and monitoring, and decommissioning of the existing HLPS and associated assets. 1.2. Slow Sand Filter (SSF) Recirculation and Run-to-Waste System * This package entails the design, construction, and commissioning of a new recirculation and run-to-waste system for 32 existing SSFs at Coppermills AWTW to enhance supply resilience and overall efficiency, resilience, and adaptability of Coppermills AWTW. * This package will include the construction of 16 below ground SSF recirculation/run-towaste pumping stations with submersible pumps, associated pipework, valves, instruments, and fittings. Additionally, a sophisticated flow control and monitoring system will be implemented, featuring 32 flow control valves, flowmeters, and sampling points on each SSF outlet. The electrical infrastructure will include an LV substation, East and West LV switchboards, and MCCs for each pumping station. E Flows from the individual pumping stations will be transferred to a central distribution point. The distribution point will incorporate flowmeters, control valves, sampling points, and instruments to enable flows to be sent to waste and/or recirculated depending on water quality and operational requirements. This package will also include the construction of new connections and a discharge pipework to the head of the works and Walthamstow Reservoir No. 3 via Tunnel C culvert. This forward-looking initiative aims to enhance overall efficiency, resilience, and adaptability to future water treatment demands. 1.3. Cryptosporidium Treatment System * This package will involve the design, construction and commission of a new cryptosporidium treatment system to treat SSF filtrate at Coppermills AWTW. The requirements for this package of work are being developed by Thames Water. Accordingly, the successful Contractor will need to work collaboratively with Thames Water to help develop the requirements for this package. Thames Water's key driver for including this package in this contract is to ensure an integrated and systematic approach to delivery of all works at Coppermills AWTW and to support early benefit realisation and cost savings where possible. 1.4. Contact Tank Draindown System * Similar to the cryptosporidium treatment system, requirements for the contact tank draindown system are still being developed. However, there are considerable linkages between this future package and the HLPS and SSF recirculation and run-to-waste packages and therefore it is essential that requirements and solutions are developed in parallel. 1.5. General Requirements * This project will require a high level of civil, mechanical, electrical, process, operational, and construction planning and management expertise to ensure successful delivery. The key elements are summarised below: 1.5.1. Design, procurement, construction, and cost management: 1.5.1.1. Working collaboratively with Thames Water to develop detailed design plans and gain approvals for the project, whilst considering funding and programme constraints. 1.5.1.2. Timely and effective procurement of the necessary equipment and components such as pumps, valves, and instrumentation to ensure successful delivery and value for money. 1.5.1.3. Industry leading construction and cost management services that put the project and our customers first. 1.5.2. Site establishment and enabling works: 1.5.2.1. Identification, specification, and completion of any de-risking surveys/studies required to support the delivery of the project. 1.5.2.2. Decommissioning, diversion, and demolition of existing assets as required to facilitate the project. 1.5.2.3. Design and installation of measures to protect and monitor existing assets to ensure safe delivery of the project. 1.5.2.4. Establishing and maintaining the construction and office compound(s) and facilities for the delivery of the project. 1.5.3. SCADA works: 1.5.3.1. Upgrade the existing telemetry and control systems to integrate new assets and optimise control and operation of the site. 1.5.4. Electrical works: 1.5.4.1. Full upgrade of the existing power supply and distribution systems for the site to support new and existing plant and apparatus. 1.5.4.2. New HV switchboards/switchgears, LV MCCs, LV switchboards, uninterrupted power supply, standby generators, and associated equipment. 1.5.5. Civil works: 1.5.5.1. Demolish SSF no. 18 to make way for the new HLPS building, including substructures, to accommodate the HLPS and associated apparatus. 1.5.5.2. Civil building works, including but not limited to the new HLPS, MCC, electrical and control buildings, as well as slow sand filter pumping stations, SSF recirculation/Run-to-Waste distribution system, and discharge chambers. 1.5.5.3. Installation of cable ducts, below and above ground pipework and associated supports. 1.5.5.4. Structural modifications to the existing contact tank(s) and an adjacent SSF (SSF no. 19) to facilitate the construction of the new HLPS inlet manifolds. 1.5.5.5. Construction of new outlet manifold connections from the new HLPS to the four distribution zones and a new tunnelled connection to the Thames Water Ring Main. 1.5.5.6. Implement measures and asset protection controls to support construction activities. 1.5.6. MEICA works: 1.5.6.1. Mechanical, electrical and ICA fit for the project including but not limited to, all valves, instruments, pumps, motors, VSDs, control panels, surge suppression systems, chemical dosing systems and mixers, as well as water quality shutdown and control systems. 1.5.7. Commissioning and handover: 1.5.7.1. Testing, commissioning, and handover of all installed assets in a manner that supports Thames Water's operational needs. 1.5.8. Decommissioning and reinstatement: 1.5.8.1. Decommission the existing high lift pumping station and assets made redundant by the works especially those that could pose a risk to water quality and/or health and safety. 1.5.8.2. Reinstate and recommission SSF no. 19. 1.5.8.3. Reinstate all areas affected by the project to pre-works condition or better. Additional information: Please note the value given in II.1.5 is indicative and is in the range of PS300,000,000 - PS400,000,000. A Launch Event was held on the 16th January, please email Procurement Support for the recording and slides: procurement.support.centre@thameswater.co.uk. This will also be issued with the procurement documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042ec1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020385-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45232152 - Pumping station construction work

45232430 - Water-treatment work

45252126 - Drinking-water treatment plant construction work

45259000 - Repair and maintenance of plant

71320000 - Engineering design services

Notice Value(s)

Tender Value
£400,000,000 £100M-£1B
Lots Value
£400,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 May 20259 months ago
Submission Deadline
19 Feb 2024Expired
Future Notice Date
Not specified
Award Date
10 Mar 202511 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
1
Supplier Name

ACCIONA AGUA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-042ec1-2025-05-12T11:43:10+01:00",
    "date": "2025-05-12T11:43:10+01:00",
    "ocid": "ocds-h6vhtk-042ec1",
    "description": "**** Please note this is a Contract Award Notice ****",
    "initiationType": "tender",
    "tender": {
        "id": "TC2052",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Coppermills WS-SRP Procurement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "1.1. This project includes, but is not limited to the following packages of work: * A new circa 700 Ml/d High Lift Pumping Station (HLPS) * A new circa 260 Ml/d Slow Sand Filter (SSF) Recirculation and Run-to-Waste system * A new cryptosporidium treatment system to treat SSF filtrate for Cryptosporidium inactivation* * A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system* An overview of each of these packages and general requirements are provided in the Sections below. *Note: Thames Water is currently developing the requirements for these elements of scope and may decide to remove them from the scope of works or delay delivery of them following contract award, which will affect the overall value of works and programme duration.",
        "value": {
            "amount": 400000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "1.1. High Lift Pumping Station * This package entails the design, construction, and commissioning of a new High Lift Pumping Station (HLPS) and decommissioning of the existing HLPS for Coppermills Advanced Water Treatment Works (AWTW). The existing HLPS is the primary means of distributing 'life's essential service' to customers in Northeast London and is being replaced to enhance supply resilience and future proof London's water supply system and will be funded via a conditional allowance programme. * At a high level, this package will involve the construction of a modern, energy efficient, and resilient pumping station in the footprint of an existing slow sand filter in the centre of this busy operational site. The new HLPS building will feature a meticulously designed basement and superstructure to house the new VSD controlled high lift pumps, surge suppression equipment, electrical systems, and Heating, Ventilation, and Air Conditioning (HVAC) plant. Additionally, this package will include logistically and technically complicated connections and modifications to the existing contact tank(s) and the existing HLPS outlet and inlet manifolds, as well as connection to the Thames Water Ring Main. Further, the works will include the development and implementation of a comprehensive Supervisory Control and Data Acquisition (SCADA) upgrade along with a new instrumentation and control system to optimise the overall operational efficiency of the new HLPS and to protect customers. Many of the ancillary works associated with this package are significant and will include but not be limited to: HV power upgrade, additional standby generator capacity, a new uninterrupted power supply system, asset protection and monitoring, and decommissioning of the existing HLPS and associated assets. 1.2. Slow Sand Filter (SSF) Recirculation and Run-to-Waste System * This package entails the design, construction, and commissioning of a new recirculation and run-to-waste system for 32 existing SSFs at Coppermills AWTW to enhance supply resilience and overall efficiency, resilience, and adaptability of Coppermills AWTW. * This package will include the construction of 16 below ground SSF recirculation/run-towaste pumping stations with submersible pumps, associated pipework, valves, instruments, and fittings. Additionally, a sophisticated flow control and monitoring system will be implemented, featuring 32 flow control valves, flowmeters, and sampling points on each SSF outlet. The electrical infrastructure will include an LV substation, East and West LV switchboards, and MCCs for each pumping station. E Flows from the individual pumping stations will be transferred to a central distribution point. The distribution point will incorporate flowmeters, control valves, sampling points, and instruments to enable flows to be sent to waste and/or recirculated depending on water quality and operational requirements. This package will also include the construction of new connections and a discharge pipework to the head of the works and Walthamstow Reservoir No. 3 via Tunnel C culvert. This forward-looking initiative aims to enhance overall efficiency, resilience, and adaptability to future water treatment demands. 1.3. Cryptosporidium Treatment System * This package will involve the design, construction and commission of a new cryptosporidium treatment system to treat SSF filtrate at Coppermills AWTW. The requirements for this package of work are being developed by Thames Water. Accordingly, the successful Contractor will need to work collaboratively with Thames Water to help develop the requirements for this package. Thames Water's key driver for including this package in this contract is to ensure an integrated and systematic approach to delivery of all works at Coppermills AWTW and to support early benefit realisation and cost savings where possible. 1.4. Contact Tank Draindown System * Similar to the cryptosporidium treatment system, requirements for the contact tank draindown system are still being developed. However, there are considerable linkages between this future package and the HLPS and SSF recirculation and run-to-waste packages and therefore it is essential that requirements and solutions are developed in parallel. 1.5. General Requirements * This project will require a high level of civil, mechanical, electrical, process, operational, and construction planning and management expertise to ensure successful delivery. The key elements are summarised below: 1.5.1. Design, procurement, construction, and cost management: 1.5.1.1. Working collaboratively with Thames Water to develop detailed design plans and gain approvals for the project, whilst considering funding and programme constraints. 1.5.1.2. Timely and effective procurement of the necessary equipment and components such as pumps, valves, and instrumentation to ensure successful delivery and value for money. 1.5.1.3. Industry leading construction and cost management services that put the project and our customers first. 1.5.2. Site establishment and enabling works: 1.5.2.1. Identification, specification, and completion of any de-risking surveys/studies required to support the delivery of the project. 1.5.2.2. Decommissioning, diversion, and demolition of existing assets as required to facilitate the project. 1.5.2.3. Design and installation of measures to protect and monitor existing assets to ensure safe delivery of the project. 1.5.2.4. Establishing and maintaining the construction and office compound(s) and facilities for the delivery of the project. 1.5.3. SCADA works: 1.5.3.1. Upgrade the existing telemetry and control systems to integrate new assets and optimise control and operation of the site. 1.5.4. Electrical works: 1.5.4.1. Full upgrade of the existing power supply and distribution systems for the site to support new and existing plant and apparatus. 1.5.4.2. New HV switchboards/switchgears, LV MCCs, LV switchboards, uninterrupted power supply, standby generators, and associated equipment. 1.5.5. Civil works: 1.5.5.1. Demolish SSF no. 18 to make way for the new HLPS building, including substructures, to accommodate the HLPS and associated apparatus. 1.5.5.2. Civil building works, including but not limited to the new HLPS, MCC, electrical and control buildings, as well as slow sand filter pumping stations, SSF recirculation/Run-to-Waste distribution system, and discharge chambers. 1.5.5.3. Installation of cable ducts, below and above ground pipework and associated supports. 1.5.5.4. Structural modifications to the existing contact tank(s) and an adjacent SSF (SSF no. 19) to facilitate the construction of the new HLPS inlet manifolds. 1.5.5.5. Construction of new outlet manifold connections from the new HLPS to the four distribution zones and a new tunnelled connection to the Thames Water Ring Main. 1.5.5.6. Implement measures and asset protection controls to support construction activities. 1.5.6. MEICA works: 1.5.6.1. Mechanical, electrical and ICA fit for the project including but not limited to, all valves, instruments, pumps, motors, VSDs, control panels, surge suppression systems, chemical dosing systems and mixers, as well as water quality shutdown and control systems. 1.5.7. Commissioning and handover: 1.5.7.1. Testing, commissioning, and handover of all installed assets in a manner that supports Thames Water's operational needs. 1.5.8. Decommissioning and reinstatement: 1.5.8.1. Decommission the existing high lift pumping station and assets made redundant by the works especially those that could pose a risk to water quality and/or health and safety. 1.5.8.2. Reinstate and recommission SSF no. 19. 1.5.8.3. Reinstate all areas affected by the project to pre-works condition or better. Additional information: Please note the value given in II.1.5 is indicative and is in the range of PS300,000,000 - PS400,000,000. A Launch Event was held on the 16th January, please email Procurement Support for the recording and slides: procurement.support.centre@thameswater.co.uk. This will also be issued with the procurement documents.",
                "value": {
                    "amount": 400000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3840
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As stated in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232152",
                        "description": "Pumping station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252126",
                        "description": "Drinking-water treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259000",
                        "description": "Repair and maintenance of plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Please refer to the procurement documents.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "tenderPeriod": {
            "endDate": "2024-02-19T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Thames Water intend to amend the Contract Terms to significantly reduce the risk and liability for any successful tenderer. As a consequence Thames Water has taken the decision to extend the PQQ deadline by 4 weeks, the submission deadline for the PQQ will now be noon on the 18th March 2024. Further information on the amended contract terms will be provided within the IASTA tendering portal shortly and Thames Water will advise when this is available via a follow up corrigendum."
                        },
                        "where": {
                            "section": "II.2.14"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2024-02-16T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-03-18T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ],
                "description": "Please note the deadline has been extended from 16th February 2024 at 12 noon, to 18 March 2024, at 12 noon."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "As advised in our previous corrigendum Notice reference: 2024/S 000-004970, we have now provided updated Contract Summary and an Incentives summary document within the IASTA portal."
                        },
                        "where": {
                            "section": "II.2.14"
                        }
                    }
                ]
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-03-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-04-02T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ],
                "description": "Please note that we have extended this project until 2 April 2024, at 12 noon."
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-04-02T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-04-16T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ],
                "description": "Please note that we have extended this project until 16 April 2024, at 12 noon."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG1 8DB",
                "countryName": "United Kingdom",
                "streetAddress": "Clearwater Court"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "https://www.thameswater.co.uk/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-16210982",
            "name": "Acciona Agua, UK LIMITED",
            "identifier": {
                "legalName": "Acciona Agua, UK LIMITED",
                "id": "16210982",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "30 Crown Place, Earl Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2A 4ES",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "020385-2025-TC2052-1",
            "relatedLots": [
                "1"
            ],
            "title": "K665 Coppermills WS-SRP Procurement",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-16210982",
                    "name": "Acciona Agua, UK LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "020385-2025-TC2052-1",
            "awardID": "020385-2025-TC2052-1",
            "title": "K665 Coppermills WS-SRP Procurement",
            "status": "active",
            "dateSigned": "2025-03-10T00:00:00Z"
        }
    ]
}