Loading page content…
Loading page content…
45 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Thames Water intends to award an Agreement for the provision of a new Debt Management SaaS solution, as well as the Implementation and System Integration work associated with it. The Software Provider may wish to submit a bid in collaboration with a System Integrator, however Thames Water expects to sign one contract upon completion of this tender exercise under which the Supplier takes accountability for the provision of the Software licenses and the successful implementation of the system within Thames Water's environment.
Value undisclosed
1.1. This project includes, but is not limited to the following packages of work: • A new circa 700 Ml/d High Lift Pumping Station (HLPS) • A new circa 260 Ml/d Slow Sand Filter (SSF) Recirculation and Run-to-Waste system • A new cryptosporidium treatment system to treat SSF filtrate for Cryptosporidium inactivation* • A new circa 50 Ml/d contact tank draindown pumping station and dechlorination system* An overview of each of these packages and general requirements are provided in the Sections below. *Note: Thames Water is currently developing the requirements for these elements of scope and may decide to remove them from the scope of works or delay delivery of them following contract award, which will affect the overall value of works and programme duration.
Value undisclosed
To meet our carbon net zero target by 2030 and keep up with market changes, we need to transition our fleet across to zero emission options, such as Electric Vehicles (EV) or Alternative Fuel Vehicles (AFV). To enable this transition of our fleet, we also need toconsider the infrastructure required to keep these vehicles moving, and the systems needed to ensure our operations can continue to run smoothly with minimal impact to our customer service and downtime. Thames Water intends to award Framework Agreements for the provision of the vehicles, charging infrastructure and telematics, as well as the services and support required to guide us through our decarbonisation journey. To meet our ambitious carbon net zero target and ensure a successful transition, we want to partner with a provider/s that can support us with this journey and help us achieve our goals.
Value undisclosed
Thames Water intends to award an Agreement to a single supplier for a dedicated security patrol and response service to improve our protective security, particularly for our critical assets, and ensure compliance with associated industry regulations such as SEMD (Security & Emergency Measures Direction) and PSG (Protective Security Guidance). To ensure compliance, we are required to patrol our critical assets and have sufficient planned response for incidents, and resource must be trained to respond to worst case scenarios. The scope will include a dedicated 24/7 service to provide: a) Proactive patrols and inspections of our sites to provide security presence and check for perimeter vulnerabilities; and b) Reactive rapid response to alarms and incidents, and providing security support for police and frontline staff where needed. The successful supplier will need to provide appropriate vehicles, communications and response equipment, and officers that are adequately trained in incident response, enhanced physical intervention, conflict management, etc. The supplier will also need to coordinate their staff/vehicles across our region (London & Thames Valley) with appropriate route planning to ensure our needs and SLAs are met. Reactive response requirements will be communicated to the Supplier by our Alarm Monitoring Centre (AMC). Our key priorities and expectations for this agreement include: Security Resilience & Assurance to improve protection of our sites and more capable response to alarms/incidents; Compliance with SEMD & PSG regs; Health, Safety & Wellbeing focus with increased protection for our staff against public threats/abuse; and Value for Money to demonstrate to OFWAT in line with our PR24 submission, and reducing the cost of damage/loss from security breaches.
Value undisclosed
Our fleet is a vital resource in us delivering life's essential service to our customers, and so maintaining it successfully is crucial to keeping our frontline operation working. We believe there is an opportunity to improve the efficiency of our fleet and maximise the benefit to our operations, by introducing new innovations and ways of working across our fleet maintenance and management. We are keen to evaluate different fleet management models to ensure we implement the most efficient and beneficial solution, and priorities accountability across our fleet. Thames Water intends to award either individual Framework Agreements for Vehicle Maintenance, Plant Maintenance, and Short Term Vehicle Hire, or a single Framework Agreement for a Complete Fleet Management Service that combines all the individual aspects.
Value undisclosed
Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects. TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs Water non infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance, - disinfection, - surge protection, - chemical dosing, - supervisory control and data acquisition (SCADA), - run-to-waste facilities, - cartridge filters and UV, - increased power resilience, - inspection and maintenance of existing service and storage reservoirs. Wastewater non-infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new treatment facilities such as inlet works, - storm water storage, - event duration monitors, - settlement tanks, - biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP), - digester roof replacement, - combined heat and power (CHP), - chemical dosing, - phosphorous removal, - odour control, - SCADA, - increased power resilience. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £500,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for one lot only
Value undisclosed
MEICA Plant Testing & Commissioning and Take over Servicers and quality assurance specific to Mechanical Electrical ICA (MEICA) disciplines in Water Utility Projects. General project and MEICA Plant testing and commissioning management in Water Utility Projects. Design review of MEICA project documentation to mitigate installation and commissioning risks. Technical support in MEICA projects during installation commissioning and take over testing. Supporting clients in interface risk management in project upgrades in MEICA projects. General off - site and on-Site contracts management of MEICA Plant projects as client's project manager's representative (PMR) including Health and Safety Management. Support Developer Services, and Innovation Research and Development Teams. Also, on some occasions DMC (directly managed capital maintenance teams) and Capital Delivery teams may use this agreement.
Value undisclosed
Thames Water require highly specialised technical support in the Geotechnical Engineering discipline concerning impacts to our critical trunk sewers, water transfer tunnels and strategic water mains from the impact of third-party construction activities. Also, expert geotechnical advice and support regarding the analyses of ground movements caused by third-party subsurface construction activity, review of third-party tunnel analyses and design and effect of construction work on structural integrity all existing Thames Water tunnels (both bolted and unbolted construction) . The geotechnical engineering support will also include but may not necessarily be limited to the assessment on the impact of third-party activities adjacent to tunnels and expert advice on any proposed geotechnical/ structural safety issues that need to be addressed. Support for other engineering impact assessment on other structures may also be required. Overall, the service will involve providing robust engineering geotechnical assurance to the Business in the implementation of Capital Delivery projects, Developer Services projects. The scopes of services provided are: • Inspection of Thames Water Critical Assets such as tunnels and reservoirs for geotechnical engineering stability and recommending remedial action and preparation of the survey guidance procedures currently used across the network. • Review of complex geotechnical design proposals from developers, national infrastructure, and transport authorities on existing Thames Water assets. • Carrying out research and investigations programme to identify the causal mechanisms of potential critical assert such as tunnel failures (predictive failures) • Providing advice to TWUL Reservoir Safety and Asset Condition Manager after review of developer's proposals for works in the vicinity of tunnels, including risk mitigation measures • Reviewing and reporting on impacts to strategic sewers particularly those under surcharge risk which is now present in most areas of London (e.g., the recent failure of Low-Level No. 1 at Battersea). • Assisting TWUL during negotiations with Developers (Clients, Architects, Engineers and Contractors.) on complex projects and where appropriate advice on essential risk mitigation works. • Providing dispute avoidance advisory services to avert possible legal challenges by Developers and External Parties. •Support Developer Services, Capital Delivery and Tideway Tunnel Integration Teams in geotechnical Risk Assessment and preparation of required reports for project implementation.
Value undisclosed
As part of our commitment to collecting unrecovered debt, we have redesigned our customer debt journey focusing on delivering "right customer, right treatment path" and ensuring our financially vulnerable customers are supported at all stages of the journey. We intend to outsource our unrecovered water debt, provided mainly on a commission basis with some specific customer outcomes chargeable on a fee structure. Both collect and trace solutions are required within various parts of the portfolio. Litigation and field services will also be required at the later stages of the process, where any unrecovered debts will be assessed and selected depending on their suitability. With the cost of living rising, we recognise the importance of collecting debt in a socially responsible manner and as result we are seeking partners who are committed in supporting our customers on this journey while helping Thames Water achieve our goals. We are offering a 3-year contract with the ability to extend up to an additional 2. Field service will be offered at an initial 1-year contract. After year 1 there's a potential for this to be brought inline with the with other contracts mimicking their contract terms.
Value undisclosed
The current contact centre in Swindon, will relocate from Walnut Court to new premises situated at 1 Newbridge Square. The new location is subject to lease negotiation and this is underway. Thames Water are seeking to appoint a partnering main contractor to deliver the project under a design and build procurement route. The proposed works involved are to adapt and fit-out the existing circa 35,000 sqft on levels 3 and 4 Landlords office demise, in order to create a fully functional office space aligned to the Thames Water brief.
Value undisclosed
Thames Water has standardized several products to a specific brand. When a brand name is mentioned, it indicates a product Thames Water prefers. If you cannot quote for a specific item, please provide an alternative of similar quality and price. TWUL requires a minimum 12-month warranty from the delivery date on any purchased item. This lot includes high-volume, low-value consumables for on-site and network use. The supplier must offer Vendor Managed Inventory solutions, such as onsite bin fills and vending machines, to ensure components are readily available for operatives. These solutions should be provided free of charge for the contract duration. Additionally, the supplier must offer SAP integration, online webshops, next-day delivery for core items, and click-and-collect options for urgent needs.
Value undisclosed
Thames Water, in partnership with the other UK water companies, are looking to develop an innovative 'no dig leak repair' technology to fix leaks on water mains without the need to dig a hole. Thames Water endeavour to engage an interested delivery partner(s) to develop their initial idea for submission to the Ofwat Innovation Fund. Contingent on the outcome of this project is the potential wider adoption of the technology in the UK water sector. Solving this problem will present the successful organisation with an opportunity solve a problem costing the UK and international water companies millions of pounds each year as well the cost, disruption and environmental impact of road works. The solution is expected to be an in-pipe device capable of live insertion and retrieval via standard fittings on drinking water networks, e.g. hydrants. The device would need to travel a distance through the water main, locate and characterise the failure, and effect a local repair - without the need to interrupt the supply.
Value undisclosed
Thames Water are seeking experienced organisations to provide the following works and services: 1. Developer Services - The scope of service includes mains and service connections, network reinforcement and diversions and Major Projects works, these typically have a value of £3m. 2. Infrastructure Programmes - The scope of work includes minor capital works, lead pipe replacement, trunk mains leakage and network maintenance. This will also cover Major Projects which typically have a value of £3m
Value undisclosed
Thames Water intends to award Framework Agreement(s) for the supply Heavy Goods Vehicles (HGVs) that are used across both our waste and clean water operations. The scope will include rigids, artics, clean water tankers, waste tankers, tippers, trailers, curtainsiders, dropsides, beavertails, etc, and will cover any current vehicle specs we have in our HGV fleet, along with any alternative specs we might want over the life of the agreement, including electric and alternative-fuel options. The framework will be split into lots to cover the different vehicle types, as well as purchase and lease options. Each Lot will be awarded to multiple suppliers, with mini competitions then run for each order between all the successful suppliers on the framework agreement for the different vehicle requirements. Our key priority is to minimise VOR and operational downtime to limit any impact to our customers.
Value undisclosed
This project includes, but is not limited to the following packages of work: An additional inlet screen with civils alterations and screening handling upgrade An additional detritor and flow inlet channel, incorporating a new storm separation weir A new storm tank and river outfall, including flow transfer culvert and new storm return pumping station Upgrades to the existing six PSTs and conversion of three storm tanks into PSTs, fitted with chain and flight scraper Replacement Primary chemical dosing pumps to aid Phosphorus removal A new activated sludge plant Bank C, with new feed PS and blowers Eight new 28m diameter final settlement tanks, interconnecting pipework, distribution chambers and RAS system A new secondary chemical dosing system to aid Phosphorus removal Two new Tertiary Solids Removal treatment plants, one serving the effluent from Bank A and B, and one serving the effluent from the new Bank C An additional Drum thickener New incoming switchboard for the new DNO supply Modification and upgrade of HV/LV networks Modification and upgrade to the power management system and site-wide SCADA Modification and upgrade to the Process SCADA Additional standby powered generation Demolition and removal of redundant structures, plant and equipment N.B. Please note that this Contract Notice shows a value of £280m. The current contract value is circa £140m-£280m.
Value undisclosed
Thames Water is seeking to develop the mapped sewer network throughout Greater London and the Thames Valley area, in order to reduce blockages, internal and external floods and pollution. Unmapped sewers lead to a delay in Thames Water locating and attending blockages, floods and pollution, affecting local communities and the environment. The objective of FA2241 is to map any unmapped sewer networks at scale, speed and accuracy, directly supporting the Pollution Incident Reduction Plan (PIRP) that Thames Water is working towards during AMP8. Lot 1 - Aerial Mapping: Capture of 2,484 km² across 71 Sewer Drainage Area Catchments (SDACs) using manned aircraft, delivering georeferenced 2D, oblique 2D, and 3D imagery. Lot 2 - Asset Detection: Detection of manholes, gullies, rainwater downpipes, soil stacks, misconnections, and outfalls with confidence grading. Lot 3 - Sewer Inferencing: Semi-/automated inferencing of unmapped sewers, laterals, drains, rising mains, and selected SPSs, achieving ?80% accuracy.
Value undisclosed
We need c15,000 - 30,000 additional Sewer Depth Monitors and c900 Event Duration Monitors (installation & spares) to be installed by the end of AMP8. This number of SDM installations was calculated in the strategic modelling of blockage, flooding and pollution performance and is part of a suite of planned interventions (including sewer cleaning, customer education, sewer rehabilitation) that are identified to deliver performance improvements through AMP8. This procurement is to source service provides for the supply/repair of devices and service providers for the installation and maintenance. It will be split into 5 lots: •Lot 1a Supply/repair of Sewer Depth Monitors (Trunk) •Lot 1b Supply/repair of Sewer Depth Monitors (Network) •Lot 2 Supply/repair of Event Duration Monitors •Lot 3 Installation and maintenance of Sewer Depth Monitors •Lot 4 Installation and maintenance of Event Duration Monitors
Value undisclosed
TWUL wishes to award one or more work package agreements to supplier(s) capable of delivering system integration services. The agreements will be covered by the following packages; Lot 1 - Sewage Pumping Station EPSC RTU Replacements (1-3 Pump) Lot 2 - Sewage Pumping Station EPSC RTU Replacements (4-6 Pump) Lot 3 - Sewage Pumping Station ADSL Replacements Lot 4 - Sewage Pumping Station PSTN RTU Replacements Lot 5 - Sewage Pumping Station RTU Replacements
Value undisclosed
This framework is to cover the provision of Mechanical couplings, adaptors, repair fittings (repair clamps), bespoke steel pipework (steel specials) and a range of installed repair services for potable water pipelines, this includes; under pressure drilling (hot tapping), line stopping services, under pressure valve insertions and the installation of bespoke and standard sized encapsulating collars.
Value undisclosed
This tender is for the Supply of Ductile Iron Manhole Covers. This includes; valve boxes, B125 rated covers, D400 sewer access covers, D400 and E600 double and triple covers, as well as a range of bedding mortars to be supplied alongside the cover and frame.
Value undisclosed
Showing 1–20 of 45 contracts