{
    "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"
            ]
        }
    ]
}