Notice Information
Notice Title
Waste Tankering and Cleaning Services
Notice Description
Lot 1 - Flow Management: Waste Tankering Services, mainly reactive works *Direct award only, no mini competitions, panel of 8 suppliers Lot 2 - Sewage Treatment Works and Wet Well Cleans: Flow Management, Cleaning, and Related Works, reactive works as well as planned works *Direct award only, no mini competitions, panel of 6 suppliers Lot 3 - Resilience and Quoted Works: Flow management, Sewage Treatment Works, Wet Well Cleans. Overflow of Lots 1 and 2 and reactive. Thames Water may required utilisation of labour to drive Thames Water vehicles. *Planned Work: Mini competition, additional 8 suppliers together with the suppliers in Lots 1 and 2 *Reactive Work: Direct award to the additional 8 suppliers
Lot Information
Flow Management
Lot 1 Thames Water requires reactive tanker resource and intersiting movements to maintain service across our sites and networks to prevent an escape of sewage into the environment. The Services are normally required and carried out on a reactive basis caused by weather or site events.
Renewal: Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years
Sewage Treatment Works and Wet Well CleansLot 2 Thames Water requires Sewage Treatment Works Cleaning Services and reactive sewage pumping station cleaning services consisting of specialist cleaning activities on wet wells as well as adjacent technical services including flow management, disposal and other works related to the cleaning of pumping station wet wells and tanks across all Thames Water regions.
Renewal: Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years
Resilience and Quoted WorksLot 3 Thames Water requires specialist cleaning services for Sewage Treatment Works and reactive/planned cleaning of sewage pumping stations. This includes activities such as wet well cleaning, flow management, waste disposal, and other related technical services across all Thames Water regions. Routine maintenance and minor cleaning tasks are typically handled by Thames Water's internal teams, who engage external suppliers on an ad-hoc basis when specialist labour or equipment is needed. In addition, Thames Water requires reactive and planned tanker resources for intersiting movements to support operations across its sites and networks. These services are essential to maintaining performance and preventing environmental incidents such as sewage escapes. Lastly Thames Water may request the supplier to provide labour only HGV drivers to support other workstreams this resource is likely to be seasonal based or incident/event driven.
Renewal: Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059256
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/053217-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90513700 - Sludge transport services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Sep 20255 months ago
- Submission Deadline
- 19 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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/053217-2025
2nd September 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-059256-2025-09-02T14:48:02+01:00",
"date": "2025-09-02T14:48:02+01:00",
"ocid": "ocds-h6vhtk-059256",
"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": "FA2230",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Waste Tankering and Cleaning Services",
"description": "Lot 1 - Flow Management: Waste Tankering Services, mainly reactive works *Direct award only, no mini competitions, panel of 8 suppliers Lot 2 - Sewage Treatment Works and Wet Well Cleans: Flow Management, Cleaning, and Related Works, reactive works as well as planned works *Direct award only, no mini competitions, panel of 6 suppliers Lot 3 - Resilience and Quoted Works: Flow management, Sewage Treatment Works, Wet Well Cleans. Overflow of Lots 1 and 2 and reactive. Thames Water may required utilisation of labour to drive Thames Water vehicles. *Planned Work: Mini competition, additional 8 suppliers together with the suppliers in Lots 1 and 2 *Reactive Work: Direct award to the additional 8 suppliers",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90513700",
"description": "Sludge transport services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90513700",
"description": "Sludge transport services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90513700",
"description": "Sludge transport services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 0,
"amount": 0,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Suppliers' PSQ submissions will be scored and shortlisted in accordance with the criteria set out within the PSQ documentation, and the suppliers that are shortlisted will be invited to submit a proposal in response to the ITN. After tenders have been submitted, evaluated, and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 22,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Lot 1 - Flow Management: Waste Tankering Services Lot 2 - Sewage Treatment Works and Wet Well Cleans: Waste Tankering Services, Cleaning and Related Works Lot 3 - Resilience and Quoted Works: Waste Tankering Services, Sewage Treatment Works and Wet Well Cleans"
}
},
"submissionMethodDetails": "You can request participation here: https://forms.office.com/e/cTvs99VBTi",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-30T10:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-19T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-22T23:59:59Z"
},
"lots": [
{
"id": "1",
"title": "Flow Management",
"description": "Lot 1 Thames Water requires reactive tanker resource and intersiting movements to maintain service across our sites and networks to prevent an escape of sewage into the environment. The Services are normally required and carried out on a reactive basis caused by weather or site events.",
"status": "active",
"value": {
"amountGross": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Commercial",
"description": "Total cost of the proposal",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Terms & Conditions",
"description": "Acceptance of proposed Terms & Conditions",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Delivery of Services",
"description": "Understanding of the requirements specific resources facilities response times, service levels KPI & reporting",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
}
},
{
"id": "2",
"title": "Sewage Treatment Works and Wet Well Cleans",
"description": "Lot 2 Thames Water requires Sewage Treatment Works Cleaning Services and reactive sewage pumping station cleaning services consisting of specialist cleaning activities on wet wells as well as adjacent technical services including flow management, disposal and other works related to the cleaning of pumping station wet wells and tanks across all Thames Water regions.",
"status": "active",
"value": {
"amountGross": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Commerical",
"description": "Total cost of proposal",
"numbers": [
{
"number": 55,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Terms & Coniditions",
"description": "Acceptance of proposed Terms & Conditions",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Delivery of Services",
"description": "Understanding of the requirements specific resources facilities response times, service levels KPI & reporting",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
}
},
{
"id": "3",
"title": "Resilience and Quoted Works",
"description": "Lot 3 Thames Water requires specialist cleaning services for Sewage Treatment Works and reactive/planned cleaning of sewage pumping stations. This includes activities such as wet well cleaning, flow management, waste disposal, and other related technical services across all Thames Water regions. Routine maintenance and minor cleaning tasks are typically handled by Thames Water's internal teams, who engage external suppliers on an ad-hoc basis when specialist labour or equipment is needed. In addition, Thames Water requires reactive and planned tanker resources for intersiting movements to support operations across its sites and networks. These services are essential to maintaining performance and preventing environmental incidents such as sewage escapes. Lastly Thames Water may request the supplier to provide labour only HGV drivers to support other workstreams this resource is likely to be seasonal based or incident/event driven.",
"status": "active",
"value": {
"amountGross": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Commercial",
"description": "Total cost of proposal",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Terms & Conditions",
"description": "Acceptance of proposed Terms & Conditions",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Delivery of Service",
"description": "Understanding of the requirements specific resources facilities response times, service levels KPI & reporting",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
}
}
],
"lotDetails": {
"awardCriteriaDetails": "If suppliers are awarded Lot 1 or 2 they will automatically be awarded Lot 3 together with an additional 8 other suppliers for Lot 3 only"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "053217-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053217-2025",
"datePublished": "2025-09-02T14:48:02+01:00",
"format": "text/html"
}
]
},
"language": "en"
}