Tender

Fire Alarm Installation and Maintenance

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

TenderCancellation

03 Feb 2026 at 08:35

Tender

08 Oct 2025 at 15:13

Summary of the contracting process

Thames Water Utilities Limited has initiated a tender process for the "Fire Alarm Installation and Maintenance" project, which is currently in the active stage following a cancellation notice earlier. The organisation plans to establish framework agreements with up to four suppliers to handle the design, supply, installation, and maintenance of fire alarms across the Thames Water region. This selective procurement, under the competitive flexible procedure, is based within the United Kingdom, specifically targeting regions UKI and UKJ. Interested parties must submit their Pre-Qualification Questionnaire (PSQ) by 10:00 am on 3rd November 2025. The total estimated value of the procurement is £28,000,000, with the contract slated to commence on 1st April 2026 and potentially extend to 1st May 2034, subject to renewal options.

This tender presents a substantial opportunity for businesses specialising in fire alarm systems and installation work, particularly those with the capacity to execute large value projects exceeding £60,000. Companies with regional bases within the Thames Water service area can leverage their proximity for successful participation. The procurement process offers a chance for growth through long-term agreements and encompasses both planned maintenance and reactive tasks. The framework agreement aims to standardise fire alarm panels to Advanced models, providing suppliers a potential competitive edge through standardisation expertise and strategic positioning in the utilities industry.

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

Fire Alarm Installation and Maintenance

Notice Description

Thames Water intends to award Framework Agreements to up to four suppliers to design, supply, install and maintain fire alarms across the TW region. Each supplier will be allocated all planned maintenance, reactives, upgrades and installations in one area within the Thames Water region up to a value of PS60,000, after which work will be competed between the four suppliers. Note that we do NOT require all suppliers to be able to undertake planned maintenance across the TW region but we DO require all suppliers to undertake large value works (over PS60k) across the TW region with the assumption that more regionally based suppliers can still be successful in this process. Bidders will be asked for regional preferences in the PSQ. All suppliers awarded framework agreements will be required to undertake installation and/or remedial projects over PS60,000 across the Thames Water region. The current Thames Water alarm estate consists of a combination of Advance, Protec, Gent and Kentec. The overall strategy is to standardise to Advance panels across the Thames Water region. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 10am, 3rd November 2025.

Lot Information

Lot 1

Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document. The full scope of the services to be provided and any options that may be considered throughout the term of the agreement is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 5 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05aae6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009229-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Framework
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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work


CPV Codes

31625200 - Fire-alarm systems

45312100 - Fire-alarm system installation work

Notice Value(s)

Tender Value
£28,000,000 £10M-£100M
Lots Value
£28,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20262 weeks ago
Submission Deadline
27 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Additional Buyers

MISSING

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

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-05aae6-2026-02-03T08:35:03Z",
    "date": "2026-02-03T08:35:03Z",
    "ocid": "ocds-h6vhtk-05aae6",
    "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": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "tender": {
        "id": "FA2276",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fire Alarm Installation and Maintenance",
        "description": "Thames Water intends to award Framework Agreements to up to four suppliers to design, supply, install and maintain fire alarms across the TW region. Each supplier will be allocated all planned maintenance, reactives, upgrades and installations in one area within the Thames Water region up to a value of PS60,000, after which work will be competed between the four suppliers. Note that we do NOT require all suppliers to be able to undertake planned maintenance across the TW region but we DO require all suppliers to undertake large value works (over PS60k) across the TW region with the assumption that more regionally based suppliers can still be successful in this process. Bidders will be asked for regional preferences in the PSQ. All suppliers awarded framework agreements will be required to undertake installation and/or remedial projects over PS60,000 across the Thames Water region. The current Thames Water alarm estate consists of a combination of Advance, Protec, Gent and Kentec. The overall strategy is to standardise to Advance panels across the Thames Water region. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 10am, 3rd November 2025.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 28000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Supplier's PSQ submission 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 suppliers will be awarded according to the percentage weightings and criteria set out in the ITN process documents. Full details of the process that will be followed are provided within the PSQ and ITN documents."
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "Suppliers that are shortlisted from the PSQ stage will be invited to submit a proposal in response to the ITN, including details of the pricing they are submitting. After tenders have been submitted, evaluated and negotiated, the successful suppliers 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."
            }
        },
        "submissionMethodDetails": "Please use this link to gain access to the PSQ documents https://forms.office.com/e/eKp8a1ct24",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-03T10:00:00Z",
        "enquiryPeriod": {
            "endDate": "2025-10-27T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-09T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "cancelled",
                "value": {
                    "amountGross": 28000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2034-05-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 5 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
                },
                "hasOptions": true,
                "options": {
                    "description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document. The full scope of the services to be provided and any options that may be considered throughout the term of the agreement is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "063423-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063423-2025",
                "datePublished": "2025-10-08T16:13:10+01:00",
                "format": "text/html"
            },
            {
                "id": "009229-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009229-2026",
                "datePublished": "2026-02-03T08:35:03Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "The scope for this project has changed",
            "finalStatusDate": "2026-02-03T00:00:00Z",
            "relatedLots": [
                "1"
            ]
        }
    ]
}