Tender

Combined Heat and Power Engines

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

TenderUpdate

07 Nov 2025 at 10:31

Tender

31 Oct 2025 at 11:23

Summary of the contracting process

Thames Water Utilities Limited is actively engaged in a procurement process for Combined Heat and Power (CHP) Engines, aiming to enhance operational efficiency and energy recovery at multiple wastewater treatment sites. The tender, identified as FA2277, falls under the industry category of turbines and motors, spark-ignition engines, and related machinery services, with delivery expected in the UK regions UKI and UKJ. The procurement is presently at the tender stage and follows an open, competitive flexible procedure. Key deadlines include a PSQ submission deadline of 28th November 2025, with the contract award anticipated by 30th March 2026.

This tender presents significant opportunities for businesses specializing in the supply, installation, and maintenance of CHP engines and related services. Small and medium enterprises (SMEs) with innovative solutions in energy recovery and emissions compliance can benefit from this opportunity, as Thames Water is looking for suppliers capable of providing comprehensive solutions that include new CHP engines, spare parts, and technical support. The flexible approach to the tender process and the potential for long-term engagement through a framework agreement make it a lucrative opportunity for businesses seeking to establish or expand their operations within the utilities sector.

How relevant is this notice?

Notice Information

Notice Title

Combined Heat and Power Engines

Notice Description

This procurement relates to the supply, commissioning and maintenance support of Combined Heat and Power (CHP) engines across multiple Thames Water wastewater treatment sites to maximise engine availability / performance. The scope includes the provision of new CHP units and associated services to support operational efficiency and energy recovery, as well as spare parts stock holding and technical support. Objectives and Expected Outcomes Effective utilisation of the biogas produced during the treatment of sludge, minimising flaring of gas, maximising electrical heat and power production * Securing Capacity: Ensure supply of CHP Engine requirement through AMP 8 and AMP 9 * Standardisation: Promote consistency across the CHP estate to reduce complexity and improve asset availability * Commercial Value: Leverage volume-based incentives and long-term value through strategic sourcing * Serviceability: Ensure availability of cost-effective spare parts and technical support * Efficiency & Sustainability: Support energy recovery and carbon reduction goals by securing high-performance, low-emission CHP solutions * Regulatory Changes: Ensure compliance with evolving regulatory requirements * Innovation: Accommodate benefits from innovation Procurement Approach: A competitive tender process will be undertaken to appoint a supplier capable of delivering the full scope. We anticipate awarding the contract to a single supplier but reserve the right to award to more than one supplier if it is deemed to deliver best value. Background: Thames Water (TW) currently operates 47 Combined Heat and Power Engines (CHP) across 24 wastewater treatment sites. These engines vary in age, size and output, and many are approaching the end of their lifecycle (typically 20 years). Anticipated Requirements: * Replacement of end-of-life engines during AMP 8 with estimated 10 - 16 new engines (Estimated range between 100kW - 1500kW electrical output) expected to be installed within AMP 8 alone. Further new engines will be required for AMP 9 * Specification: to be provided at PSQ * Support innovation: We are always looking for ways to improve what we do, and welcome innovative ideas/solutions * Compliance with evolving environmental regulations, especially around emissions to air (e.g. methane slip and possible carbon capture under the Industrial Emissions Directive) * Integration of AMP 9 requirements, to leverage further standardisation and volume-based discounts: The engines on an additional 7 wastewater treatment sites planned to be upgraded in AMP 9 What we anticipate purchasing TW is seeking to procure a comprehensive solution for CHP engines, which includes: * Supply, installation, and commissioning of new CHP engines across the TW estate * Ancillary components required for engine connection and operation * Provision of spare parts to support ongoing maintenance * Planned and reactive maintenance in line with the manufacturers O&M manual * Technical support to ensure safe and efficient operation through the lifecycle of the asset The procurement will cover both replacement of end-of-life engines and new installations to meet growing demand. The current aim is to award a single-source agreement to enable standardisation, improve serviceability, and reduce complexity across the estate. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 28th November 2025, at 10 am.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d7ce
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/071910-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery

50 - Repair and maintenance services


CPV Codes

34311110 - Spark-ignition engines

42110000 - Turbines and motors

42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery

50530000 - Repair and maintenance services of machinery

Notice Value(s)

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

Notice Dates

Publication Date
7 Nov 20251 weeks ago
Submission Deadline
28 Nov 20252 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2026 - 30 May 2034 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
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Further Information

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-05d7ce-2025-11-07T10:31:20Z",
    "date": "2025-11-07T10:31:20Z",
    "ocid": "ocds-h6vhtk-05d7ce",
    "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": "FA2277",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Combined Heat and Power Engines",
        "description": "This procurement relates to the supply, commissioning and maintenance support of Combined Heat and Power (CHP) engines across multiple Thames Water wastewater treatment sites to maximise engine availability / performance. The scope includes the provision of new CHP units and associated services to support operational efficiency and energy recovery, as well as spare parts stock holding and technical support. Objectives and Expected Outcomes Effective utilisation of the biogas produced during the treatment of sludge, minimising flaring of gas, maximising electrical heat and power production * Securing Capacity: Ensure supply of CHP Engine requirement through AMP 8 and AMP 9 * Standardisation: Promote consistency across the CHP estate to reduce complexity and improve asset availability * Commercial Value: Leverage volume-based incentives and long-term value through strategic sourcing * Serviceability: Ensure availability of cost-effective spare parts and technical support * Efficiency & Sustainability: Support energy recovery and carbon reduction goals by securing high-performance, low-emission CHP solutions * Regulatory Changes: Ensure compliance with evolving regulatory requirements * Innovation: Accommodate benefits from innovation Procurement Approach: A competitive tender process will be undertaken to appoint a supplier capable of delivering the full scope. We anticipate awarding the contract to a single supplier but reserve the right to award to more than one supplier if it is deemed to deliver best value. Background: Thames Water (TW) currently operates 47 Combined Heat and Power Engines (CHP) across 24 wastewater treatment sites. These engines vary in age, size and output, and many are approaching the end of their lifecycle (typically 20 years). Anticipated Requirements: * Replacement of end-of-life engines during AMP 8 with estimated 10 - 16 new engines (Estimated range between 100kW - 1500kW electrical output) expected to be installed within AMP 8 alone. Further new engines will be required for AMP 9 * Specification: to be provided at PSQ * Support innovation: We are always looking for ways to improve what we do, and welcome innovative ideas/solutions * Compliance with evolving environmental regulations, especially around emissions to air (e.g. methane slip and possible carbon capture under the Industrial Emissions Directive) * Integration of AMP 9 requirements, to leverage further standardisation and volume-based discounts: The engines on an additional 7 wastewater treatment sites planned to be upgraded in AMP 9 What we anticipate purchasing TW is seeking to procure a comprehensive solution for CHP engines, which includes: * Supply, installation, and commissioning of new CHP engines across the TW estate * Ancillary components required for engine connection and operation * Provision of spare parts to support ongoing maintenance * Planned and reactive maintenance in line with the manufacturers O&M manual * Technical support to ensure safe and efficient operation through the lifecycle of the asset The procurement will cover both replacement of end-of-life engines and new installations to meet growing demand. The current aim is to award a single-source agreement to enable standardisation, improve serviceability, and reduce complexity across the estate. Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 28th November 2025, at 10 am.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34311110",
                        "description": "Spark-ignition engines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42110000",
                        "description": "Turbines and motors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42510000",
                        "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50530000",
                        "description": "Repair and maintenance services of machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 0,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will follow a Competitive Flexible Procedure in line with the Procurement Act 2023. The process will include multiple stages, with opportunities for clarification, negotiation, and refinement of award criteria before final contract award. Stage 1: Tender Notice Publication * The process begins with the publication of the Contract Notice on the Find a Tender Service (FTS) * This will outline the scope of requirements, procurement stages, and timelines Stage 2: Pre-Specific Questionnaire (PSQ) * PSQ Publication: The PSQ will be published alongside the contract notice * Supplier Response: Suppliers will complete and submit the PSQ by the stated deadline * Clarification Period: A defined window will allow suppliers to raise queries and Thames Water to provide clarifications * Evaluation: PSQ responses will be assessed on a pass/fail basis against mandatory criteria * Outcome: Successful suppliers will be shortlisted and invited to the next stage Stage 3: Preliminary Tender Submission * Issue of Documents: Shortlisted suppliers will receive the full information pack * Clarification: Suppliers submit any clarification questions to the tender. TW will answer * Submissions: Suppliers submit bid submissions (technical and commercial proposals) * Clarification and Questions: TW submit clarifications and questions to the supplier responses * Evaluation: Submissions are assessed against published criteria Stage 4: Negotiation Stage * Shortlisted suppliers will receive invitations to negotiate and further information about the process * Negotiation and Refinement: Negotiations with suppliers to refine solutions and optimise value * Updated Submissions: Suppliers to submit revised bids following negotiation rounds Stage 5: Final Evaluation and Selection * Evaluation: Final submissions are evaluated against weighted criteria Stage 6: Contract Award * Notification: Successful and unsuccessful suppliers will be informed in writing * Standstill Period: A mandatory standstill period will apply before contract signature * Contract Execution: Following standstill, the contract will be awarded and signed"
        },
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "This framework agreement establishes the terms under which contracting authorities may award future call-off contracts for the provision of Combined Heat and Power Engines. It is designed to ensure transparency, value for money, and fair competition in accordance with the Procurement Act 2023. Price Determination Prices under this framework may be determined through one or more of the following mechanisms: * Pre-agreed rate cards: Suppliers submit fixed or benchmarked rates for defined roles or services at the framework stage * Scenario testing: Contracting authorities may model pricing across different service configurations to assess cost-effectiveness * Negotiation levers: Prior to award, authorities may negotiate discounts, rebates, offshoring commitments, or payment profiling to optimise commercial outcomes Award of Contracts Contracts awarded under this framework will follow: * Direct Award: Where the framework is with a single supplier or where the framework clearly defines the call-off terms and includes an objective mechanism for supplier selection The framework will be awarded based on the Most Advantageous Tender (MAT), taking into account price, quality, and other relevant criteria as defined."
            }
        },
        "submissionMethodDetails": "To gain access to the PSQ documents, please fill out the details from this form; https://forms.office.com/e/pb0jdHXSdy",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-28T10:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-14T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2034-05-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "070025-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070025-2025",
                "datePublished": "2025-10-31T11:23:36Z",
                "format": "text/html"
            },
            {
                "id": "071910-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/071910-2025",
                "datePublished": "2025-11-07T10:31:20Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "071910-2025",
                "description": "Please note we have moved the date of PSQ clarifications to the 14th November 2025, at 5 pm."
            }
        ]
    },
    "language": "en"
}