Notice Information
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.
Notice Details
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
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
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/059958-2025
26th 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-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"
}