
The water company is looking to award a framework agreement to a number of suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across a number of separate Lots.
Thames Water is reserving the right to issue multiple awards for each Lot in the agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery.
For each of the following Lots, the water company has specified the activities expected as part of the normal delivery of work which should constitute the minimum activities that are required as part of winning and delivering the work.
The deadline for asking for access to the Procurement Specific Questionnaire (PSQ) and to submit the PSQ is 10am on Friday 20th February 2026.
Lot 1. Systems Integration (SI) £173 million inc VAT
Covers the process of connecting various control and automation subsystems - such as motor control centres (MCCs), switchgear, remote telemetry units (RTUs), and operational technology (OT) software - into a unified, functioning whole. This integration ensures that disparate components work seamlessly together, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems.
A single lot to provide all Systems Integration (SI) services across Thames Water's operational estate.
Provision of the design, implementation, and management of Systems Integration activities across Thames Water's control and automation environment. This includes Programmable Logic Controllers (PLCs), Human Machine Interfaces (HMIs), Site Supervisory Control and Data Acquisition (SCADA) systems, Layer 2 and Layer 3 networking, and Remote Telemetry Units (RTUs). The scope encompasses hardware and software design, installation, configuration, modification, commissioning, testing and handover of these systems.
Lot 1 ensures the seamless integration of PLCs, MCCs, switchgear, RTUs, SCADA and OT software into a unified, functional whole, enabling efficient data acquisition, monitoring, control, alarming, and logging across regional SCADA systems to support the reliable and secure operation of Thames Water's assets and processes.
Lot 2a. Low Voltage Assemblies (LVAs) - £99 million (inc VAT)
Scope covers the procurement, design, and delivery of Low Voltage Assemblies (LVAs), which include motor control centres (MCCs), switchgear, and distribution switchboards for the TW estate.
Activities expected:
Lot 2b. Sewage Pumping Station (SPS) LVAs - £67 million (inc VAT)
Covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs.
Activities expected:
Lot 3a. New or Modification EICA Installations - £33 million (inc VAT)
Scope covers Electrical, Instrumentation, Control and Automation (EICA) services, specifically focused on the management and delivery of cabling installations and modifications associated PLC replacements, instrumentation replacement and Installations, outstations and auxiliary equipment across Thames Water's infrastructure. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.
Activities expected:
New or Modification EICA Installations: all cabling for the installation and modification of a PLC replacements, instrumentation Installations, outstations and auxiliary equipment.
Lot 3b. Sewage Pumping Station (SPS) Installations - £33 million (inc VAT)
Covers Sewage Pumping Station (SPS) Installation of new or replacement SPS including LVA (manufactured by a Lot 2b supplier), control system, kiosk, RTU, instrumentation and complete electrical and Instrumentation. This includes the full project lifecycle from design and risk assessment to installation, commissioning, and handover documentation.
Activities expected:
Lot 3c. Fibre Optic Cabling - £33 million (inc VAT)
Activities expected cover fibre optic cabling installation of new fibre optic cabling and modification of existing cabling installations. Including testing.
Lot 4. OT Software, Security and Integration Support - £47 million (inc VAT)
Focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.
Covers the specialist software engineering, integration, analytics, and cyber security capabilities required to support Thames Water's Operational Technology (OT) environment. It includes the design, development, configuration, and lifecycle support of OT applications, data pipelines, and secure infrastructure across Thames Water's SCADA, historian, edge, and network systems.
Suppliers will provide both technical depth and flexible capacity to develop, enhance, and maintain software and security capabilities that underpin operational resilience and data-driven performance.
Activities expected:
.
Lot 5. Regional Supervisory Control and Data Acquisition - £40 million (inc VAT)
Covers the design and delivery management of Regional Supervisory Control and Data Acquisition (SCADA) configuration across Thames Water's operational estate. This includes GeoSCADA, integration of Remote Telemetry Units (RTUs), and all types of Logger devices and the full suite of SCADA functionalities – data acquisition, monitoring, control, alarming, logging and corporate historian updates.
This is a single lot to provide all Regional SCADA configuration needs across Thames Water operational estate, and is assigned based on capability, capacity and quality.
The selection process for the award of contracts under the framework will be via a mix of direct award below a stated threshold and mini competitions.
For Lots 1, 2a and 2b Thames will award between 15-25 suppliers, 5-10 suppliers and 5-10 suppliers respectively who will be responsible for the required works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £429000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
For Lots 3a, 3b, 3c, 4 and 5 Thames Water will award between 5-10 suppliers who will be responsible for delivering works with no guaranteed volume. Work packages will generally be awarded under the terms of the agreement via direct award by Thames Water or mini-competitions directly by Thames Water with works under £250,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor.
To gain access to the PSQ documents, interested suppliers are required to fill out the details on this form:
https://forms.office.com/e/AKBQy45KyE
Current estimated start and end contract dates are 1 May 2026 to 1 May 2030 with possible further extension options up to 1 May 2034. Thames Water expects to announce award decisions in April 2026.











