Notice Information
Notice Title
Main Rehab Framework Build Only
Notice Description
This programme of the works includes, but is not limited to the following packages of work: Renewal of the water mains network shall include but not be limited to: * Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves. * Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box. * Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc. * Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.
Lot Information
Lot 1
Renewal: The framework agreement will run for an initial period of 4 years, with the option to extend by up to a further 4 years in exceptional circumstances, subject to satisfactory performance and continued need. The total maximum duration of the framework agreement, including any extensions, will not exceed 8 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05893e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/049265-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45232151 - Water-main refurbishment construction work
Notice Value(s)
- Tender Value
- £120,000,000 £100M-£1B
- Lots Value
- £120,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Aug 20256 months ago
- Submission Deadline
- 8 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 8 Dec 2025 - 7 Dec 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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, TLJ South East (England)
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/049265-2025
15th August 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05893e-2025-08-15T16:24:32+01:00",
"date": "2025-08-15T16:24:32+01:00",
"ocid": "ocds-h6vhtk-05893e",
"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": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "privateUtility",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"tender": {
"id": "FA2257",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Main Rehab Framework Build Only",
"description": "This programme of the works includes, but is not limited to the following packages of work: Renewal of the water mains network shall include but not be limited to: * Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves. * Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box. * Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc. * Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232151",
"description": "Water-main refurbishment construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 120000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "* Stage 1: Procurement Specific Questionnaire (PSQ); Further explanation of PSQ process could be found in PSQ Instruction * Stage 2: Invitation to Tender (ITN); Further explanation of ITN process could be found in ITN Instruction * Stage 3: Evaluation; Evaluation criteria (Technical 60% Commercial 40%) Further explanation of evaluation process could be found in ITN Instruction * Stage 4: Contract Award"
},
"mainProcurementCategory": "works",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The framework agreement will consist between 2-5 suppliers, appointed through a competitive tender process. Contracts (call-offs) under the framework may be awarded either by: Direct award, where the terms of the framework allow for the immediate selection of the most economically advantageous supplier based on predefined criteria (e.g. price, availability, performance) Mini-competition, where the contracting authority will invite all capable framework suppliers to submit proposals for specific requirements. Prices for call-off contracts may be: Rates fixed as submitted at framework stage Subject to a pricing schedule The selection of suppliers for individual contracts will follow the criteria set out in the procurement documents, including quality, price, and technical capability as relevant to each call-off."
}
},
"submissionMethodDetails": "Please use the link below to gain access to the full PSQ documentation details; https://forms.office.com/e/BqevtZrRaC",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-19T10:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-08T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-11-28T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 120000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-12-08T00:00:00Z",
"endDate": "2029-12-07T23:59:59Z",
"maxExtentDate": "2033-12-08T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The framework agreement will run for an initial period of 4 years, with the option to extend by up to a further 4 years in exceptional circumstances, subject to satisfactory performance and continued need. The total maximum duration of the framework agreement, including any extensions, will not exceed 8 years."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "049265-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/049265-2025",
"datePublished": "2025-08-15T16:24:32+01:00",
"format": "text/html"
}
]
},
"language": "en"
}