
Thames Water has announced plans to establish a multi‑lot framework agreement with an estimated value of £177M (without VAT) to appoint suppliers to carry out site investigation surveys.
The non‑exclusive framework, running from an expected start date of 30 June 2026 until 31 March 2030 with potential extensions to March 2034, will allow Thames Water, its permitted persons and main contractors to call off individual surveys or programmes on an as‑needed basis during the framework term.
The framework is divided into four lots covering above‑ground surveys, below‑ground surveys, ground investigation and multidisciplinary surveys that combine the other three lots for integrated programmes. Work may take place on Thames Water sites, private or public land and within highways and road environments across London and the South East.
Lot 1 is for above‑ground surveys and core services include laser scanning, topographical surveys, drone surveys, measured building surveys and photogrammetry. Optional techniques listed include LiDAR, aerial photography, thermal imaging, hydrographic surveys and monitoring.
Lot 2 is for below‑ground surveys and core services such as PAS 128 utility surveys, manhole surveys, CCTV drainage surveys, electromagnetic locating and high‑density GPR. Optional services include cable identification, concrete and rebar scanning, and pumping station drop tests.
Lot 3 is for ground investigation with works including geotechnical and geo-environmental ground investigation and electromagnetic surveys, with optional microgravity, vibration/acoustic, metal detection and unexploded ordnance (UXO) surveys.
Lot 4 covers multidisciplinary surveys and will be a single‑provider delivery of integrated programmes spanning Lots 1–3, producing consolidated outputs.
Procurement process and supplier requirements
Thames Water says suppliers may bid for one or multiple lots and will be evaluated on a combined scoring methodology. Technical quality will carry 60% of the weighting and commercial cost 40% at the award stage. The procurer expects to use either activity‑based schedules or schedules of rates depending on the work’s complexity and value.
The procurement will follow a competitive flexible procedure tailored for utilities. Suppliers will first submit a pre‑qualification questionnaire (PSQ); shortlisted bidders will be invited to an Invitation to Negotiate (ITN) stage, with opportunities for clarification and negotiation. The authority reserves the right to refine award criteria.
Interested parties must request access to the PSQ documents by filling in an online form. The published enquiry deadline is 20 February at 5pm and the deadline for requests to participate is 5 March at 10am. Thames Water expects to announce its award decision around 19 June this year.
The framework comes as water companies continue to balance investment in ageing infrastructure with the need to manage works across urban and sensitive environments. Site investigation surveys, ranging from utility detection and ground investigation to aerial mapping, are a common precursor to capital works, enabling safer designs and reducing the risk of utility strikes and delays on construction programmes.
Thames Water’s planned framework is sizeable relative to previous survey contracting exercises, reflecting the broad geographic coverage, the range of technical disciplines required and the potential for multi‑year programmes of work. The authority has signalled that small and medium‑sized enterprises will be eligible to participate.
Like what you've read? To receive New Civil Engineer's daily and weekly newsletters click here.





