Tender

Farmoor: Floating Photo Voltaic (FPV) Installations

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Tender

26 Sep 2025 at 08:31

Summary of the contracting process

Thames Water Utilities Limited is inviting bids for the "Farmoor: Floating Photo Voltaic (FPV) Installations" project, with a focus on the solar energy industry. This project, located in the South East region of the United Kingdom, involves funding, design, construction, and maintenance of a floating solar PV system up to 4MW, under a Power Purchase Agreement (PPA). The procurement process, currently in the tender stage, follows an open, competitive flexible procedure. Interested parties must complete the pre-selection questionnaire to be evaluated against both financial and technical criteria. Key upcoming dates include a tender submission deadline on 21st October 2025, with the contract expected to be awarded by 24th April 2026 and commencing thereafter for an initial term of 15 years, with possible extensions up to 25 years.

This tender presents lucrative opportunities for businesses specialising in renewable energy technology, engineering, and maintenance services. Companies equipped with the technical expertise and capacity to design efficient solar installations will find this project aligns well with their capabilities, given the requirement for full design, engineering, and maintenance operations. With a competitive selection process in place, involving both technical and commercial evaluation, this contract not only offers a substantial period of engagement but also positions the selected company as a key player in sustainable energy solutions within the utility sector. Thus, companies focused on innovation and sustainability will be favourably positioned to secure this contract.

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

Farmoor: Floating Photo Voltaic (FPV) Installations

Notice Description

Project to include funding, design, build, ownership, operation and maintenance for the Farmoor Floating Solar PV (FPV) Project for up to 4MW, with a standard Power Purchase Agreement (PPA) in place (PS per kWh), with commitment from TWUL to take all energy generated from the installation. The total value of this project will be determined by the PPA price as per the agreed bid sheet, over the term of the agreement. The scope of work is summarised in the non-exhaustive list below: full design and engineering, procurement, full MEICA installation, commissioning (including commissioning activities at point of connection), Distribution Network Operator (DNO) witnessing, testing and approval to satisfy the terms of the connection agreement or offer, supporting OFGEM accreditation for REGOs, operation and maintenance, monthly and annual reporting, training of emergency procedures, training of essential operational activities, documentation, demarcation fencing and signage, biodiversity net gain requirements and any visual impact requirements. The PV installation will be floating with a maximum capacity of 4MW. The Supplier shall design and optimise the size of the PV plant for behind-the-meter use and achieve an attractive payback period and NPV. The PV plant shall require inhibiting when the board is being fed from the generator or in an island situation. The PV plant shall utilise the most efficient and appropriate components to ensure an efficient and low-maintenance system. The scope will be awarded via PPA model, with a subsequent Lease Agreement, with only one supplier to be awarded.

Lot Information

Lot 1

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 15 years with options to extend by 5 year or longer, up to a maximum overall term of 25 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a2b9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/059958-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy


CPV Codes

09330000 - Solar energy

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Sep 20255 months ago
Submission Deadline
21 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Apr 2026 - 23 Apr 2041 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
TLJ1 Berkshire, Buckinghamshire and Oxfordshire

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-05a2b9-2025-09-26T09:31:12+01:00",
    "date": "2025-09-26T09:31:12+01:00",
    "ocid": "ocds-h6vhtk-05a2b9",
    "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": "TC2252",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Farmoor: Floating Photo Voltaic (FPV) Installations",
        "description": "Project to include funding, design, build, ownership, operation and maintenance for the Farmoor Floating Solar PV (FPV) Project for up to 4MW, with a standard Power Purchase Agreement (PPA) in place (PS per kWh), with commitment from TWUL to take all energy generated from the installation. The total value of this project will be determined by the PPA price as per the agreed bid sheet, over the term of the agreement. The scope of work is summarised in the non-exhaustive list below: full design and engineering, procurement, full MEICA installation, commissioning (including commissioning activities at point of connection), Distribution Network Operator (DNO) witnessing, testing and approval to satisfy the terms of the connection agreement or offer, supporting OFGEM accreditation for REGOs, operation and maintenance, monthly and annual reporting, training of emergency procedures, training of essential operational activities, documentation, demarcation fencing and signage, biodiversity net gain requirements and any visual impact requirements. The PV installation will be floating with a maximum capacity of 4MW. The Supplier shall design and optimise the size of the PV plant for behind-the-meter use and achieve an attractive payback period and NPV. The PV plant shall require inhibiting when the board is being fed from the generator or in an island situation. The PV plant shall utilise the most efficient and appropriate components to ensure an efficient and low-maintenance system. The scope will be awarded via PPA model, with a subsequent Lease Agreement, with only one supplier to be awarded.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09330000",
                        "description": "Solar energy"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 0,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The PSQ will have one 'General & technical PSQ' questionnaire which all bidders are required to complete. Responses to this PSQ will be evaluated against selection criteria, to select bidders to proceed to the next stage of this procurement process. We will short list the top scoring 8-10 bidders who will progress to the ITN stage. The selection criteria will be a combination of financial and non-financial factors and will include: a) Legal and financial capacity to perform the contract; b) Technical ability to perform the contract There are three types of questions: 1. Pass/Fail Questions Pass/Fail questions are stated as such in the Questions. Failure to meet our requirements in these questions may result in elimination of the Bidder 2. Weighted Questions The scores given for weighted questions are used to calculate the final score. 3. For information only Some questions are for information only; these will not be scored We are evaluating your submission through the following evaluation methods and high-level criteria: 1. Organization Questions including financial and economic standing, Forms of Security, Health and Safety etc. 2. Technical Questions including Experience, Capability, O&M Experience, Environment, Workforce and Subcontractors, Innovation and Quality Assurance We will score the PSQ submissions and shortlist the bidders who pass the selection criteria required to progress to the next stage. We will shortlist the top scoring 8-10 bidders, with the top scores, who will progress to the ITN stage. We will evaluate your response in the ITN through the following criteria: 1. MAT We will evaluate your response in accordance with Most Advantageous Tender (MAT) award criteria. Both technical and commercial responses will be scored in detail and weighted to give an overall score. 2. Pass/Fail Questions Pass/Fail questions are stated as such in the Questions. Failure to meet our requirements in these questions may result in elimination of the Bidder 3. Weighted Questions The scores given for weighted questions are used to calculate the final score. 4. For information only Some questions are for information only; these will not be scored We are evaluating your submission through the following evaluation methods: 1. Technical (50% weighting) 2. Commercial (50% weighting) This is a 3 Stage ITN Process, where we reserve the right to shortlist 3-5 bidders through to ITN Stage 2, with their Stage 1 scores being carried over, and their technical score being reapportioned. The highest scoring bidder ITN stage 2 will move through to ITN stage 3, to negotiate the final agreement,"
        },
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "You can request access of participation here: https://forms.office.com/e/XZut1bi5kb",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-21T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-24T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-24T00:00:00+01:00",
                    "endDate": "2041-04-23T23:59:59Z",
                    "maxExtentDate": "2051-04-23T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 15 years with options to extend by 5 year or longer, up to a maximum overall term of 25 years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "059958-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/059958-2025",
                "datePublished": "2025-09-26T09:31:12+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}