Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Control and Automation

  • First published: 10 January 2026
  • Last modified: 10 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0602e6
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
10 January 2026
Deadline date:
20 February 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Thames Water wishes to award a framework agreement to suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across the identified the lotting structures.Due to breadth and scale of Thames Waters AMP8 delivery program and the varying condition of buildings and structures within the Thames Water estate, there is need to carry out new installations, renovation and remedial works to ensure they deliver AMP projects and remain fit for purpose.The Framework Agreement will cover the following works: Lot 1: Systems Integration (SI)Lot 2a: Low Voltage Assemblies (LVAs) Lot 2b: Small Sewage Pumping Stations (SSPS) LVAsLot 3a: New or Modification EICA InstallationsLot 3b: Small Sewage Pumping Stations (SSPS) InstallationsLot 3c: Fibre Optic CablingLot 4: OT Software, Security and Integration SupportLot 5: Regional Supervisory Control and Data Acquisition (SCADA)Thames Water reserve the right to issue multiple awards for each lot in this agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery. Thames Water reserve the right to enter into a contract or contracts for the provision of all or any number of lots.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 Friday 20th February 2026, at 10am.

Full notice text

Scope

Procurement reference

FA2208

Procurement description

Thames Water wishes to award a framework agreement to suppliers capable of project design, manufacture, installation and testing of low voltage assemblies, motor control centres and system integration across the identified the lotting structures.

Due to breadth and scale of Thames Waters AMP8 delivery program and the varying condition of buildings and structures within the Thames Water estate, there is need to carry out new installations, renovation and remedial works to ensure they deliver AMP projects and remain fit for purpose.

The Framework Agreement will cover the following works:

Lot 1: Systems Integration (SI)

Lot 2a: Low Voltage Assemblies (LVAs)

Lot 2b: Small Sewage Pumping Stations (SSPS) LVAs

Lot 3a: New or Modification EICA Installations

Lot 3b: Small Sewage Pumping Stations (SSPS) Installations

Lot 3c: Fibre Optic Cabling

Lot 4: OT Software, Security and Integration Support

Lot 5: Regional Supervisory Control and Data Acquisition (SCADA)

Thames Water reserve the right to issue multiple awards for each lot in this agreement to achieve the most efficient and economical service solution, and the security and consistent continuity of supply and delivery. Thames Water reserve the right to enter into a contract or contracts for the provision of all or any number of lots.

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 Friday 20th February 2026, at 10am.

Main category

Services

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Total value (estimated, excluding VAT)

435000000 GBP to 435000000GBP

Contract dates (estimated)

01 May 2026, 00:00AM to 01 May 2030, 23:59PM

Extension end date (if all the extensions are used): 01 May 2034

Is a framework being established?

Yes

Contracting authority

THAMES WATER UTILITIES LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Clearwater Court

Town/City: Reading

Postcode: RG1 8DB

Country: United Kingdom

Companies House: 02366661

NUTS code: UKJ11

Email: procurement.support.centre@thameswater.co.uk

Organisation type: Private utility

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0%

Award method when using the framework

With and without reopening competition

Framework operation description

General pricing is determined at the framework stage via a mix of hourly rates and scenario-based pricing. Accurate pricing is determined at the mini-comp stage by obtaining quotes for specific packages of work. The selection process for the award of contracts will be via a mix of direct award below a stated threshold and mini competitions.

Lots

Divided into 8 lots

Systems Integration (SI)

Lot number: 1

Description

Lot 1 under Thames Water's FA2208 framework refers to 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.

This is 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 1 under the FA2208 framework covers Systems Integration and refers to 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.

We will award multiple suppliers for this lot with a target of 15-25 suppliers 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.

CPV classifications

  • 45310000 - Electrical installation work
  • 72227000 - Software integration consultancy services
  • 72267100 - Maintenance of information technology software

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

144000000 GBP Excluding VAT

173000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Low Voltage Assemblies (LVAs)

Lot number: 2a

Description

Lot 2a under Thames Water's FA2208 framework 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.

The following list of activities are expected as part of the normal delivery of work under lot 2a. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• New Systems: Design, manufacture, test, supply, installation and commissioning of Low Voltage assemblies

• Modification of Existing Systems: Modification of existing LVAs

• Surveying: Surveying, condition reporting and Modification Suitability Assessment

• Standardisation: Development of standard circuit design drawings and software applicable to LVAs

Lot 2a under the FA2208 framework 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. 

Thames Water will award between 5-10 suppliers who will be responsible for delivering the 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.

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 31682210 - Instrumentation and control equipment
  • 45317000 - Other electrical installation work

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

82000000 GBP Excluding VAT

99000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Small Sewage Pumping Stations (SPSS) LVAs

Lot number: 2b

Description

Lot 2b under FA2208 covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs.

The following list of activities are expected as part of the normal delivery of work under lot 2b. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• SSPS Design & Manufacturing: Design, manufacture, test, installation and commissioning of two to three pump Sewage Pumping Station LVAs

• Standardisation: Development of standard circuit design drawings and software applicable to LVAs

Lot 2b under the FA2208 framework covers the design, manufacture, testing, installation and commissioning of two to three pump Sewage Pumping Station LVAs. 

Thames Water will award between 5-10 suppliers who will be responsible 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 £429,000 being directly awarded to a preferred supplier without competition. Packages of work may involve being allocated to a nominated Thames Water contractor

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 42122200 - Reciprocating positive-displacement pumps for liquids
  • 45310000 - Electrical installation work

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

56000000 GBP Excluding VAT

67000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commerical

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

New or Modification EICA Installations

Lot number: 3a

Description

Lot 3a under the FA2208 framework 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.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• New or Modification EICA Installations: all cabling for the installation and modification of a PLC replacements, instrumentation Installations, outstations and auxiliary equipment.

Lot 3a under the FA2208 framework 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.

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.

CPV classifications

  • 31682540 - Substation equipment
  • 45310000 - Electrical installation work

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

27000000 GBP Excluding VAT

33000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Small Sewage Pumping Stations (SSPS) Installations

Lot number: 3b

Description

Lot 3b under the FA2208 framework covers Small Sewage Pumping Stations (SSPS) Installation of new or replacement SSPS 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.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Small Sewage Pumping Station Installations:

o New cabling installations

o Modification of existing cabling

o Change out of existing equipment

o Procure control panel from lot 2 b

o Procure Kiosk

o Procure Telemetry Outstation

o Complete install

Lot 3b under the FA2208 framework covers Small Sewage Pumping Stations (SPS) Installation of new or replacement SSPS 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

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.

CPV classifications

  • 42122220 - Sewage pumps
  • 45310000 - Electrical installation work

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

27000000 GBP Excluding VAT

33000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Fibre Optic Cabling

Lot number: 3c

Description

Lot 3c under the FA2208 framework covers fibre optic cabling installation of new fibre optic cabling and modification of existing cabling installations. Including testing.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Fibre Optic Cabling: Installation of new fibre optic cabling and modification of existing cabling installations. Including testing

Lot 3C under the FA2208 framework covers Fibre Optic Cabling including the installation of new fibre optic cabling and modification of existing cabling installations. Including testing.

Thames Water will award between 5-10 suppliers who will be responsible for delivering the 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

CPV classifications

  • 32420000 - Network equipment
  • 32562000 - Optical-fibre cables
  • 45314300 - Installation of cable infrastructure
  • 45314320 - Installation of computer cabling

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

27000000 GBP Excluding VAT

33000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

OT Software, Security and Integration Support

Lot number: 4

Description

Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.

This Lot 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 in this Lot 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.

The following list of activities are expected as part of the normal delivery of work under this Lot. This list is not exhaustive but should constitute the minimum activities that are required as part of winning and delivering work.

• Time Series, Alarm and Event Data: Historian and data analytics development capabilities

• Data time stamped at source SCADA: Regional SCADA development capabilities

• Data time stamped at destination SCADA: Site SCADA development capabilities

• Data logger and store forwarding: Development, configuration, and functional testing of RTU and edge data collection applications and firmware

• Data into SCADA integration: Protocol translation application development such as MQTT, OPC, DNP3, Mobus, CIP

• Security Control tuning: Suppliers must demonstrate practical capability in continuous improvement of OT cyber posture, including threat detection fine tuning, patch management coordination, and incident response collaboration with Thames Water's OT Security Operations Centre

• Network configuration: Design, build, and optimisation of Layer 2 and Layer 3 network configurations aligned with approved OT architecture templates. Includes creation of configuration baselines, validation testing, and documentation for handover and future support

• Edge security: Firewall deployment, activations of edge security

• General programming: Coding using standard IEC 61131 languages, C, C#, ASP.NET, SQL and PowerShell scripts

• Backups: Active and passive backup solutions

Lot 4 under the FA2208 framework covers OT Software, Security and Integration Support: Lot 4 under the FA2208 framework focuses on the configuration, deployment, and modification of operational technology (OT) software solutions, as well as the specialist skills required to support them.  

Thames Water will award between 5-10 suppliers who will be responsible for delivering the 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.

CPV classifications

  • 72227000 - Software integration consultancy services
  • 72254100 - Systems testing services
  • 72260000 - Software-related services

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

39000000 GBP Excluding VAT

47000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Regional Supervisory Control and Data Acquisition

Lot number: 5

Description

Regional SCADA: Lot 5 under the FA2208 framework 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 Lot covers provision of 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. 

Lot 5 under the FA2208 framework 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

Thames Water will award between 5-10 suppliers who will be responsible for delivering the 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.

CPV classifications

  • 48000000 - Software package and information systems
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72250000 - System and support services

Delivery regions

  • UKI - London
  • UKJ - South East (England)

Lot value (estimated)

33000000 GBP Excluding VAT

40000000 GBP Including VAT

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

01 May 2030, 23:59PM

Extension end date (estimated)

01 May 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Award criteria

Type: cost

Name

Commercial

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Technical

Weighting: 50

Weighting type: percentageExact

Submission

Tender submission deadline

20 February 2026, 10:00AM

Enquiry deadline

30 January 2026, 18:00PM

Date of award of contract

01 April 2026, 23:59PM

Submission address and any special instructions

To gain access to the PSQ documents, please fill out the details on this form;https://forms.office.com/e/AKBQy45KyE

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
45310000 Electrical installation work Building installation work
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
72222300 Information technology services Information systems or technology strategic review and planning services
45314300 Installation of cable infrastructure Installation of telecommunications equipment
45314320 Installation of computer cabling Installation of telecommunications equipment
31682210 Instrumentation and control equipment Electricity supplies
72267100 Maintenance of information technology software Software maintenance and repair services
32420000 Network equipment Networks
32562000 Optical-fibre cables Fibre-optic materials
45317000 Other electrical installation work Electrical installation work
42122200 Reciprocating positive-displacement pumps for liquids Pumps
42122220 Sewage pumps Pumps
72227000 Software integration consultancy services Systems and technical consultancy services
48000000 Software package and information systems Computer and Related Services
72260000 Software-related services Software programming and consultancy services
31682540 Substation equipment Electricity supplies
72250000 System and support services Software programming and consultancy services
72254100 Systems testing services Software testing

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.