From January 2026, the South East Strategic Reservoir Option (SESRO) project name is changing to White Horse Reservoir, with a strapline of 'a space for nature, a place for people.'
As our reservoir proposals have evolved, so too has the potential legacy it could have. The proposed reservoir is a critical drought insurance policy for the next century and beyond - but it's also being designed as a place for people to use and enjoy for many years to come.
At this exciting stage in development, it's important that we give the project a new identity: one that better reflects the crucial role it will play in shoring up water supply, as well as the broader benefits it will deliver for future generations.
It is the same project, with the same vision, but with a new name that will help people recognise it more easily. For us, the name White Horse Reservoir roots this project in local heritage and in the natural world around us. Equally important as the project's new name, the strapline tells us more about where the project's strengths lie; a space for nature, a place for people.
To stay up to date and find out more, please visit www.thames-sro.co.uk/whitehorsereservoir
Thames Water is leading the development of the new reservoir project, in partnership with Affinity Water and Southern Water.
Thames Water is responsible for delivering the development phase, developing the commercial model for the project and for running the procurement processes to appoint the project's Main Works Contractor (MWC) and later, the appointment of an Infrastructure Provider (IP).
Thames Water is delivering the project under the Specified Infrastructure Project Regulations, or "SIPR", first established and used for the Thames Tideway Tunnel project. Under this approach a new regulated entity, known as an IP will be established to finance and deliver the project, holding a Project Licence granted by Ofwat.
Delivery under SIPR is subject to a notice to specify an infrastructure project, which is currently under development between Thames Water and Ofwat.
Following the approach taken on the Thames Tideway Tunnel project, Thames Water is separately procuring the Main Works Contract and the IP Contract.
This tender notice relates to the procurement of the Main Works Contract only, which comprises the award of a multi-supplier Framework Agreement and a single Call-Off Contract.
The Framework Agreement will be a bespoke framework agreement which is described further in the document associated with this tender notice.
The Call-Off Contract will be based on the NEC4 Engineering and Construction Contract June 2017 (with amendments January 2023) using main option C, secondary options including clause X22 (early contractor involvement ("ECI")), and bespoke amendments, which are described further in the documents associated with this tender notice.
The Call-Off Contract two-stage ECI approach comprises a design and construction planning stage ("Stage One"); and a detailed design and build stage ("Stage Two"). The two-stage ECI Call-Off Contract includes a key decision point that is based on conditions precedent that must be satisfied before a Notice to Proceed to Stage Two can be issued.
The Development Consent Order (DCO) reference design (provided by others) will inform the requirements and constraints within the Call-Off Contract scope (Scope). The MWC will develop the design for construction to comply with the Scope, which will be integrated with the discharge of certain planning requirements "secondary consents" and construction planning for Stage Two.
Tenderers will be required to submit a Target Price to deliver the Call-Off Contract requirements included in the tender documents. As part of the Call-Off Contract, the Pricing Information will set out the circumstances where the tendered Target Price can be adjusted during Stage One ("Adjustment Events"), for example, if the Client changes the Scope. Following a Notice to Proceed to Stage Two, the Target Price (established during Stage One) will be subject to amendment in accordance with the compensation events included in the Call-Off Contract.
The decision gate to proceed to Stage Two will be dependent on a number of matters, including: 1) appointment of the IP; 2) an accepted design (insofar as it has been developed in Stage One) that meets the requirements of the Call-Off Contract; 3) confirmation of the Target Price in accordance with the Pricing Information; and 4) the granting of the DCO.
At the end of Stage One, the Call-Off Contract will be novated to the IP from Thames Water. From the point of novation, the IP will become the MWC's Client and contract counterparty throughout Stage Two, administering the Call-Off Contract and making payments to the MWC accordingly.
Subject to the issue of the Notice to Proceed, Stage Two will commence with an initial period to discharge any remaining secondary consenting issues, followed by mobilisation to commence construction. Following construction, a testing and commissioning phase will be required with a target date for the reservoir to be operational from 2040 (although filling the reservoir with water could take several years). Some construction of visitor facilities, as well as landscaping activities will likely continue until 2043.
The Call-Off Contract involves the design, build, test and commission of a new reservoir with an operational capacity of 150 million cubic metres (Mm³) and water surface area of circa 6.7km2, situated to the South-West of the town of Abingdon in Oxfordshire, which will support long-term drought resilience across the South East of England.
White Horse Reservoir is a proposed fully bunded, non-impounding raw water storage reservoir in the upper catchment of the River Thames.
Water will be abstracted from the River Thames during periods when sufficient river water is available and conveyed to the reservoir via a pumping station and circa 4km of tunnels.
White Horse Reservoir is being developed in full compliance with the Reservoirs Act 1975. A Construction Engineer and Reservoir Advisory Panel have been appointed to oversee the design and construction, ensuring adherence to safety standards and regulatory requirements throughout the project lifecycle. The Construction Engineer appointment will continue through the entire construction phase, through first filling and the initial years of operation. The Reservoir Advisory Panel will provide regular review of the design and construction activities and draw upon best practice from around the world.
The reservoir embankment and associated structures will be designed to national and international standards and guidance documents.
To deliver the reservoir, watercourse diversions and replacement floodplain storage are required.
A conveyance system will be implemented to transport water to and from the River Thames, and to the interface points with the Thames to Southern Transfer (T2ST) and Farmoor Transfer projects.
The reservoir includes passive design provisions for future integration with other strategic water resource and flood alleviation schemes.
Other associated infrastructure forms part of the works, including roads, rail sidings, recreational facilities, utilities diversions, renewables and power supplies, and drainage.
The scope of the Call-Off Contract will include, but not be limited to:
· Design and construction planning.
· Mobilisation and enabling works (incl. utility diversions, site clearance and demolition, environmental and archaeological surveys, utility connections, securing the site boundary, habitat creation and species relocation, geotechnical investigations and various other activities).
· Creation of a temporary rail siding and materials handling area on the Great Western Main Line, required to facilitate the delivery of certain materials by rail freight and therefore reduce the total volume of material imported and exported by road.
· Creation of watercourse diversions, floodplain and drainage, as well as initial works relating to the future restoration of the Wilts and Berks Canal.
· Reservoir earthworks, excavation to create the borrow pit and embankments, Replacement Flood Storage, other components of the landscape scheme and road embankments.
· Tunnelling and pipelines including the reservoir tunnels and river tunnel.
· Road construction (including overbridges).
· Concrete works for the operational structures, such as the reservoir towers and pumping station.
· River Thames intake/outfall structure, requiring a sheet-piled temporary cofferdam in the River Thames.
· Construction of ancillary buildings.
· Mechanical and electrical infrastructure and fit-out.
· Building construction and fit-out.
· Landscaping.
· Land and habitat management.
Note: The total value (estimated) stated in this Tender Notice is estimated at Q2 2025 prices and therefore excludes any allowance for inflation over the life of the contract from this date.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-544993
Thames Water intends to award Framework Agreements to up to four suppliers to design, supply, install and undertake major works to fire alarms across the TW region on mainly operational sites. Work will be awarded via both direct award and competition depending on the value.
All suppliers need to be able to undertake work across the TW region. The current TW alarm estate consists of a combination of Advance, Protec, Gent and Kentec. The overall strategy is to standardise to Advance panels across the TW region.
Thames Water reserves the right to refine the award criteria.
Please note that that deadline for asking for access to the PSQ & submitting of the PSQ is 5th May 2026, at 10 am GMT.
THAMES WATER UTILITIES LIMITEDSouth East5 May 2026WAC-579532
Thames Water intends to award Framework 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.
Thames Water is seeking to award Services Agreements to multiple providers for the provision of customer services across three lots:
Lot 1 - Digital led customer contact: delivering first tier contact on digital medium
Lot 2 - Transactional Back Office and Contingency Voice: Transactional, Ticketing and Exceptions Processing
Lot 3 - Post room services
We are looking for partner(s) with proven expertise to play a core role in delivering Thames Water's customer experience vision through:
Maintaining, improving and transforming services;
Increasing customers choice in the way they interact with us; and,
Increasing levels of automation.
The selected bidders will be able to demonstrate how they would support Thames Water's customer service strategy and its outcomes.
Bidders can apply for one or multiple lots. Thames Water may award more than one lot to a single bidder taking into account the evaluation of each individual lot; the tendered aggregate operational and commercial benefits to be obtained from the award of more than one lot; and, bidders stated preferences for award of lots at PQQ stage
THAMES WATER UTILITIES LIMITEDSouth EastWAC-341783
Thames Water are looking for a creative agency to create and deliver innovative and engaging content which is customer centric and supports the overall strategy to improve customer perception, in turn improving our C-MeX and NPS performance
THAMES WATER UTILITIES LIMITEDSouth EastWAC-331817
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
THAMES WATER UTILITIES LIMITEDSouth EastWAC-321363
Thames Water Utilities (TWUL) are the largest water and wastewater services company in the UK, providing services to 15 million customers across London and the Thames Valley. TWUL would like to procure a framework agreement for the supply, metering and export of their Natural Gas portfolio. The contract will be for a 4 year period with an option to extend for a further 4 year period. Multi-lot applications are preferred.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-306487
Ofwat has initiated a Strategic Water Resource Options (SRO) Programme to provide at least 1500 Ml/d of water to areas of England facing a water deficit. The SRO Programme includes multiple schemes which will be funded and assessed during AMP7 to determine the right portfolio of projects to be selected by Regional Plans ready for implementation in AMP8.
Thames Water Utilities Limited (TW) is seeking to engage a Commercial and Financial Advisor (CFA) to support it in the development of several 'Strategic Resource Options', from Gate 3 (developed design, finalised feasibility, pre-planning, etc) through to construction.
If during the course of this framework Thames Water identifies specialist needs and capability, Thames Water reserves the right to make a separate awards for these needs under this Framework.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-299540
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 evice 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.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-251881
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.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-252130
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 to consider 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.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-244083
To transform our recently insourced Biosolids (Cake) haulage operation, we need to replace our current aged HGVs with new vehicles, including rigids and artics, to improve efficiency of the operation. Thames Water intends to award a Framework Agreement for the provision of the complete vehicles, including the cab, chassis and required body specification, to be purchased outright.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-221428
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 prioritise 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.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-214394
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.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-213762
The supply of Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End Systems (HES) to support collection of measurement data and meter events over LPWA networks employing NB-IoT (Narrow Band Internet of Things) for eventual submission to Thames Water applications.
The estimated gross value of this contract is £181.8 million broken down by each lot :
Lot Gross Value over 8 Year Term (ex-Vat)
Lot 1 (a) £133,346,309
Lot 1 (b) £48,499,826
THAMES WATER UTILITIES LIMITEDSouth EastWAC-203799
Thames Water Utilities Limited are seeking to award a single supplier to supply and deliver office supplies, and Janitorial Products to over 200 sites across Thames Valley and London. The scope does not include office furniture, printing services and IT equipment.
We are looking to partner with a supplier who supports in delivering value for money through analysis of spend trends, standardization and require a supplier who will collaborate with Thames Water making recommendations for improvement and optimisation. Thames Water will also look at environmental products being recommended as alternatives when purchasing products on catalogue. Thames Water will require the supplier to offer easy ordering solutions for our end-users via SAP punch-out and online ordering portals.
Thames Water would also require a supplier who has the capabilities and systems to help eliminate non-complaint spend, offer data led reporting and insight to help Thames Water identify cost savings, identify high "spenders", rationalize the core-list of products, and identify sustainability drivers.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-192479
Thames Water is looking to partner with a sole supplier in the delivery outsourced early collections. The successful supplier will be able to support Thames Water's dynamic resource model with the ability to flex staff up and down within the financial year, specifically in line with peak billing months.
The contract is for both inbound and outbound collections and we require the supplier to be able to offer these services onshore.
The key objective of this contract is to support our customers through their journey with Thames Water and we are looking to partner with a supplier who has customers at the heart of their values and objectives. We want and aim to collect any customer debt in a socially responsible manner and strive to ensure all customers receive quality engagement and offered sustainable outcomes.
We are offering a 3 year initial term contract with the ability to extend up to an additional 2 years.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-179892
Water Treatment Works Digital Twin Proof of Concept - RFP
Thames Water (TW) are seeking a qualified vendor to provide a Water Treatment Work Digital Twin (WTW DT) solution that will enhance our organization's operational efficiency, streamline processes, and improve overall productivity. The selected vendor will be responsible for delivering a robust platform tailored to our specific needs. This RFP outlines the requirements and expectations for the proposed solution and a framework agreement to provide the solution, for multiple water treatment works. In this context, digital twins will act as virtual representations of key water treatment plants across Thames Water.
THAMES WATER UTILITIES LIMITEDSouth EastWAC-157807