Tender

Teddington Direct River Abstraction (TDRA) Tunnelling Main Works Contract (MWC)

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Tender

28 May 2025 at 16:58

Summary of the contracting process

Thames Water Utilities Limited, located in Reading, United Kingdom, is inviting submissions for the "Teddington Direct River Abstraction (TDRA) Tunnelling Main Works Contract (MWC)." This active tender, tagged for work in the construction industry, falls under a competitive flexible procedure within the utilities procurement sector. It involves the design, construction, and commissioning of significant infrastructure, including a tunnel from Mogden Sewage Treatment Works to the River Thames at Teddington. The procurement process is currently at the tender stage, with interested parties required to submit expressions of interest by 7 July 2025. The tender involves construction work valued at £242 million, with a contract period from 2 October 2026 to 31 March 2033.

This procurement presents an extensive opportunity for businesses specialising in civil engineering, tunnelling, and environmental management. Companies with expertise in mechanical, electrical, instrumentation, control, and automation systems, as well as experience in sustainable construction practices, stand a good chance of being competitive applicants. Given the project's complexity, including early contractor involvement and requirements for advanced technical solutions, well-established firms with robust financial and technical capabilities are encouraged to participate. The process entails a prequalification stage, which screens participants based on compliance, financial stability, and technical competence, offering growth prospects for businesses capable of delivering high-quality infrastructure solutions.

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

Teddington Direct River Abstraction (TDRA) Tunnelling Main Works Contract (MWC)

Notice Description

Design, build, test and commission of the following two main components: i) A recycled water conveyance tunnel from Mogden Sewage Treatment Works (STW) to Teddington. A new approximately 4.2km long tunnelled conveyance route approximately 3.5m internal diameter (ID) would be driven using a Tunnel Boring Machine (TBM) and constructed to connect a new Tertiary Treatment Plant (provided by others) in Mogden STW to the proposed outfall on the riverbank of the River Thames upstream of Teddington Weir. The tunnel would have four shafts. ii) River abstraction and transfer to the existing Thames Lee Tunnel (TLT): The river abstraction would be located approximately 175m upstream of the proposed new outfall. The abstracted river flow would be conveyed to the TLT through a smaller diameter (up to 2.2m ID) pipe installed using a pipe jacking technique. The scope will include, but not be limited to: Construction Design activities Architectural Building M&E Civils and Structural engineering including earthworks Enabling works Drainage Geotechnical Ground movement impact Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) including a SCADA (Supervisory Control and Data Acquisition) system Hydraulic Modelling Materials durability Renewables / Carbon mitigation Rivers and Watercourses Traffic & Highways Shafts & Tunnels Utilities Disposal of excavated material The NEC4 Engineering and Construction Contract comprise two stages, with a decision point as to whether to proceed to construction between Stages One and Two. If the decision point is passed, then a Notice to Proceed (NTP) will be issued. Stage One, also known as the Early Contractor Involvement stage, will provide construction related support to the Client during its planning process, which comprises an application for a Development Consent Order (DCO). Using the DCO reference design (provided by others) as a constraint to the scope, the TDRA Tunnelling MWC will develop the design for construction, which will be integrated with construction planning, into the subsequent Stage Two, being the delivery / construction phase. The decision gate to proceed to Stage Two will be dependent on a number of matters, including: 1) An accepted design that meets the requirements of the contract; 2) agreement on a target price; and 3) the granting of the DCO. The agreement of a target price for Stage Two will be constrained by the Client's budget and will be developed in accordance with a Pricing Information Schedule appended to the contract. The Pricing Information Schedule will include an exhaustive list of specific "Adjustment Events" which may adjust the target price for Stage Two. Subject to the Client issuing a NTP, Stage Two will commence with an initial period to comply with any secondary consenting issues, followed by mobilisation to commence construction. Following construction, a testing and commissioning phase will be required with a scheduled target date of Water Available for Use (WAFU) of 31 March 2033.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05286c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028281-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£242,000,000 £100M-£1B
Lots Value
£242,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 May 20259 months ago
Submission Deadline
20 Jun 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Oct 2026 - 31 Mar 2033 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Not specified
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

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-05286c-2025-05-28T17:58:21+01:00",
    "date": "2025-05-28T17:58:21+01:00",
    "ocid": "ocds-h6vhtk-05286c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366661"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNQQ-4647-DTCV"
                }
            ],
            "address": {
                "streetAddress": "Clearwater Court",
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "procurement.support.centre@thameswater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "tender": {
        "id": "SO2267",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Teddington Direct River Abstraction (TDRA) Tunnelling Main Works Contract (MWC)",
        "description": "Design, build, test and commission of the following two main components: i) A recycled water conveyance tunnel from Mogden Sewage Treatment Works (STW) to Teddington. A new approximately 4.2km long tunnelled conveyance route approximately 3.5m internal diameter (ID) would be driven using a Tunnel Boring Machine (TBM) and constructed to connect a new Tertiary Treatment Plant (provided by others) in Mogden STW to the proposed outfall on the riverbank of the River Thames upstream of Teddington Weir. The tunnel would have four shafts. ii) River abstraction and transfer to the existing Thames Lee Tunnel (TLT): The river abstraction would be located approximately 175m upstream of the proposed new outfall. The abstracted river flow would be conveyed to the TLT through a smaller diameter (up to 2.2m ID) pipe installed using a pipe jacking technique. The scope will include, but not be limited to: Construction Design activities Architectural Building M&E Civils and Structural engineering including earthworks Enabling works Drainage Geotechnical Ground movement impact Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) including a SCADA (Supervisory Control and Data Acquisition) system Hydraulic Modelling Materials durability Renewables / Carbon mitigation Rivers and Watercourses Traffic & Highways Shafts & Tunnels Utilities Disposal of excavated material The NEC4 Engineering and Construction Contract comprise two stages, with a decision point as to whether to proceed to construction between Stages One and Two. If the decision point is passed, then a Notice to Proceed (NTP) will be issued. Stage One, also known as the Early Contractor Involvement stage, will provide construction related support to the Client during its planning process, which comprises an application for a Development Consent Order (DCO). Using the DCO reference design (provided by others) as a constraint to the scope, the TDRA Tunnelling MWC will develop the design for construction, which will be integrated with construction planning, into the subsequent Stage Two, being the delivery / construction phase. The decision gate to proceed to Stage Two will be dependent on a number of matters, including: 1) An accepted design that meets the requirements of the contract; 2) agreement on a target price; and 3) the granting of the DCO. The agreement of a target price for Stage Two will be constrained by the Client's budget and will be developed in accordance with a Pricing Information Schedule appended to the contract. The Pricing Information Schedule will include an exhaustive list of specific \"Adjustment Events\" which may adjust the target price for Stage Two. Subject to the Client issuing a NTP, Stage Two will commence with an initial period to comply with any secondary consenting issues, followed by mobilisation to commence construction. Following construction, a testing and commissioning phase will be required with a scheduled target date of Water Available for Use (WAFU) of 31 March 2033.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 242000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Requests to Participate Stage This Tender Notice invites a request to participate from Applicants. Having reviewed the Tender Notice, all Applicants wishing to participate in the TDRA Tunnelling MWC competition will need to demonstrate in their submissions that they meet the Conditions of Participation set out in the Procurement Specific Questionnaire Pack (PSQ Pack) and complete a Non-Disclosure/Confidentiality Agreement. Applications will be submitted via the contracting authority's eSourcing portal as described in the PSQ Pack - Part 1 Instructions to Applicants. The contracting authority will assess the Applicant's submissions in three stages. In stage 1, compliance and eligibility checks will be undertaken (on a pass/fail basis); in stage 2, there will be an assessment of financial capacity and technical ability to perform the contract (on a pass/fail basis); and for those submissions that pass stages 1 and 2 there will be a scored technical ability assessment that will include a pass/fail threshold and result in an overall score for each Applicant that will be used to determine which Applicants will be selected to participate in the next stage of the tendering process. Scored submissions will be ranked from highest to lowest and, subject to the procedure set out in the PSQ Pack (Part 1, paragraphs 4.6.22 and 4.6.23), the contracting authority intends to invite the Applicants of the top four (4) highest scoring submissions to tender for the TDRA Tunnelling MWC contract. Invitation to Tender (ITT) Stage The contracting authority will share with the shortlisted Applicants an Invitation to Tender (ITT) against which such Applicants will be invited to submit a tender. Tender submissions will be evaluated in accordance with the objective criteria set out in the ITT. Negotiation Stage The contracting authority may engage in negotiations with tenderers as set out further in the ITT. Records of any negotiations and agreements reached will be kept by the contracting authority. For the avoidance of doubt, the contracting authority reserves the right to award the contract without any negotiation, on the basis of the most advantageous tender submitted at the ITT Stage. Best and Final Offer Stage Following any negotiation stage, the contracting authority also reserves the right to invite tenderers to submit a best and final offer (BAFO), as explained further in the ITT. Following the submission of any BAFO's, the contracting authority will complete the tender evaluation process and award the TDRA Tunnelling MWC to the most advantageous tender in accordance with the objective criteria set out in the ITT."
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://forms.office.com/pages/responsepage.aspx?id=zb56VRQyu0-OUUFLaOu3ljMaVmeD31JAkhT_shZ_UxpUOVhYQk1RRU9FWEZHTzUyR0dDNFJMVksyNS4u&route=shorturl This link will take interested parties to the Registration of Interest page. Completing the Registration of Interest form will then provide access to the secure site containing the Procurement Specific Questionnaire Pack (PSQ Pack) and submission portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-07T11:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-06-20T11:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-10-02T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 242000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITT. Indicative criteria: - Baseline preliminary prices - Schedule of Rates / lump sums for ECI period - Fee Percentage",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality sub-criteria and associated weightings will be developed prior to tender invitation and set out in the ITT. Indicative criteria areas: * Approach to tunnelling (including supply chain inputs) * Delivery Methodologies within DCO constraints * Key ECI People and approach to collaboration * Health, Safety and Wellbeing * Approach to the ECI phase * Approach to risk mitigation in the ECI phase * Use of modern methods of construction and technology in delivery * Stakeholder approach in ECI stage and DCO examination * Approach to mitigating environmental impact (incl. reduced carbon impact, sustainability) * Risk mitigation proposals in delivery * Social value",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As set out in the PSQ Pack, Part 2 Section 4.2. The estimated value of the contract is stated at May 2024 prices and excludes any estimate for inflation over the life of the contract."
                        },
                        {
                            "type": "technical",
                            "description": "As set out in the PSQ Pack, Part 2 Section 4.2."
                        },
                        {
                            "description": "TWUL will assess PSQ Responses in accordance with the Assessment Methodology published in the PSQ Pack to identify eligible Applicants that have met the Minimum Standards and to shortlist the four highest scoring Applicants. It is intended that the top four Applicants will be invited to Tender, however, the actual number of Applicants invited to Tender could be higher or lower than four depending on whether the scenario arises that is set out in PSQ Pack Part 1, paragraphs 4.6.22 and 4.6.23 of the PSQ Pack.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-02T00:00:00+01:00",
                    "endDate": "2033-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "028281-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028281-2025",
                "datePublished": "2025-05-28T17:58:21+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}