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

Main Works Contract for White Horse Reservoir

  • First published: 23 January 2026
  • Last modified: 23 January 2026
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-060bb3
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
23 January 2026
Deadline date:
24 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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/whitehorsereservoirThames 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

Full notice text

Scope

Procurement reference

FA2416

Procurement description

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.

Main category

Works

Delivery regions

  • UKJ14 - Oxfordshire

Total value (estimated, excluding VAT)

5700000000 GBP to 5700000000GBP

Contract dates (estimated)

11 August 2027, 00:00AM to 01 April 2043, 00:59AM

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

Website: https://www.thameswater.co.uk/

Companies House: 02366661

NUTS code: UKJ11

Email: SRO.procurement@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

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Framework

Percentage fee charged to suppliers

0%

Award method when using the framework

With and without reopening competition

Framework operation description

A single Call-Off Contract will be awarded immediately following the establishment of the multi-supplier Framework Agreement. The Call-Off Contract will be awarded to the most advantageous tender identified at the end of either the ITT Stage or, if used, at the end of the BAFO Stage, in accordance with the criteria set out in the ITT.

Other than the Call-Off Contract, there will be no guarantee of any other services or works being awarded under the Framework Agreement. However, if circumstances arise where the Call-Off Contract is unable to proceed beyond specified decision points within ECI Stage One or beyond ECI Stage One, then the contracting authority may, at its sole discretion, (i) directly award a new Call-Off Contract to a different framework contractor or (ii) undertake a mini competition, as explained briefly below.

If the contracting authority elects to directly award a new Call-Off Contract under the Framework Agreement, then the procedure will be to award to the next highest ranked framework contractor, i.e., the 2nd placed framework contractor, using the rankings established at the conclusion of the ITT stage or, where applicable, the BAFO stage, and included in the Framework Agreement. Any new Call-Off Contract award will be contingent on the 2nd placed framework contractor confirming the availability of key persons (or suitable replacements) and updating their originally tendered Target Price to account for any Adjustment Events that have occurred during Stage One. If the contracting authority is unable to reach agreement with the 2nd placed framework contractor, then the contracting authority may approach the 3rd placed framework contractor and so on.

If the contracting authority chooses to undertake a mini competition, the most advantageous tenderer out of the framework contractors eligible to participate in the mini competition will be awarded the replacement Call-Off Contract.

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 09330000 - Solar energy
  • 43123000 - Tunnelling machinery
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45112400 - Excavating work
  • 45112450 - Excavation work at archaeological sites
  • 45112500 - Earthmoving work
  • 45112700 - Landscaping work
  • 45212100 - Construction work of leisure facilities
  • 45212423 - Cafeteria construction work
  • 45212600 - Pavilion construction work
  • 45221240 - Construction work for tunnels
  • 45221247 - Tunnelling works
  • 45231110 - Pipelaying construction work
  • 45231300 - Construction work for water and sewage pipelines
  • 45231400 - Construction work for electricity power lines
  • 45232100 - Ancillary works for water pipelines
  • 45232152 - Pumping station construction work
  • 45232153 - Construction work for water towers
  • 45233120 - Road construction works
  • 45233226 - Access road construction work
  • 45233227 - Slip road construction work
  • 45234100 - Railway construction works
  • 45246400 - Flood-prevention works
  • 45247100 - Construction work for waterways
  • 45247110 - Canal construction
  • 45247120 - Waterways except canals
  • 45247200 - Construction work for dams and similar fixed structures
  • 45247210 - Dam construction work
  • 45247211 - Dam wall construction work
  • 45247270 - Reservoir construction works
  • 71221000 - Architectural services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71311100 - Civil engineering support services
  • 71311220 - Highways engineering services
  • 71311230 - Railway engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71322200 - Pipeline-design services
  • 71322400 - Dam-design services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71540000 - Construction management services
  • 71630000 - Technical inspection and testing services
  • 90712400 - Natural resources management or conservation strategy planning services

Delivery regions

  • UKJ14 - Oxfordshire

Lot value (estimated)

5700000000 GBP Excluding VAT

6840000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Contract start date (estimated)

11 August 2027, 00:00AM

Contract end date (estimated)

01 April 2043, 00:59AM

Participation

Conditions

Economic

Conditions of participation

As set out in the PSQ Pack (sections 4.4 - 4.5 of Part 1 and sections 4.1 - 4.2 of Part 2)

Conditions

Economic

Conditions of participation

As set out in the PSQ Pack (sections 4.5 - 4.6 of Part 1 and sections 4.2 - 4.3 of Part 2)

Conditions of participation

The contracting authority will assess PSQ Responses in accordance with the Assessment Methodology published in the PSQ Pack to identify eligible Applicants that have met the Minimum Standards and to shortlist the four highest scoring Applicants. It is intended that the top four Applicants will be invited to Tender, however, the actual number of Applicants invited to Tender could be more or fewer than four depending on whether the scenario arises that is set out in PSQ Pack Part 1, paragraphs 4.6.23 and 4.6.24 of the PSQ Pack.

Award criteria

Type: price

Name

Commercial

Description

Summary commercial award criteria:

· Tendered Total of the Prices. Weighting range: 26%-28%.

· Fee Percentage (noting that a minimum Fee percentage constraint will be applied to discourage unsustainable bids). Weighting range: 2%-4%.

The commercial award criteria summarised above will be developed in further detail in the ITT, prior to inviting the submission of tenders.

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Technical

Description

Summary technical award criteria:

· Stage One Delivery Proposals. Sub-criteria will include: programme, resources, design development, construction planning, and delivery of innovation and efficiencies. Weighting range: 15%-25%.

· Stage Two Delivery Proposals. Sub-criteria will include: delivery methodologies for earthworks, tunnelling and associated structures, and railhead construction and operation. Weighting range: 35%-45%.

· Cross-Cutting Delivery Proposals (applicable to Stages One and Two). Sub-criteria will include: health and safety, collaboration, environment, sustainability and carbon. Weighting range: 10%-20%.

The technical award criteria summarised above will be developed in further detail in the ITT, prior to inviting the submission of tenders. The contracting authority reserves the right to add additional sub-criteria consistent with the parameters of the technical award criteria summarised above.

Weighting: 70

Weighting type: percentageExact

Submission

Expression of interest deadline

24 April 2026, 11:00AM

Enquiry deadline

07 April 2026, 11:00AM

Date of award of contract

13 July 2027, 23:59PM

Submission address and any special instructions

https://www.smartsurvey.co.uk/s/WHR_MWC_APP_BRF_REG/This link will take interested parties to the Applicant Registration Form. Completing the Applicant Registration Form will then, subject to confirmation, provide suppliers with access to the secure site containing the Procurement Specific Questionnaire Pack (PSQ Pack) and submission portal.

Maximum number of suppliers to be invited to tender

4

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

ID

L-1

Document type

Bidding documents

Description

This link will take interested parties to the Applicant Registration Form. Completing the Applicant Registration Form will then, subject to confirmation, provide suppliers with access to the secure site containing the Procurement Specific Questionnaire Pack (PSQ Pack) and submission portal.

ID

future

Document type

Bidding documents

Document type

The ITT will be issued to shortlisted tenderers on Thames Water's e-Tendering System

Coding

Commodity categories

ID Title Parent category
45233226 Access road construction work Construction, foundation and surface works for highways, roads
45232100 Ancillary works for water pipelines Ancillary works for pipelines and cables
71221000 Architectural services for buildings Architectural design services
71240000 Architectural, engineering and planning services Architectural and related services
45212423 Cafeteria construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45247110 Canal construction Construction work for dams, canals, irrigation channels and aqueducts
71311100 Civil engineering support services Civil engineering consultancy services
71540000 Construction management services Construction-related services
71520000 Construction supervision services Construction-related services
45247200 Construction work for dams and similar fixed structures Construction work for dams, canals, irrigation channels and aqueducts
45231400 Construction work for electricity power lines Construction work for pipelines, communication and power lines
45221240 Construction work for tunnels Construction work for bridges and tunnels, shafts and subways
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
45232153 Construction work for water towers Ancillary works for pipelines and cables
45247100 Construction work for waterways Construction work for dams, canals, irrigation channels and aqueducts
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45247210 Dam construction work Construction work for dams, canals, irrigation channels and aqueducts
45247211 Dam wall construction work Construction work for dams, canals, irrigation channels and aqueducts
71322400 Dam-design services Engineering design services for the construction of civil engineering works
45111100 Demolition work Demolition, site preparation and clearance work
45112500 Earthmoving work Excavating and earthmoving work
71313000 Environmental engineering consultancy services Consultative engineering and construction services
45112400 Excavating work Excavating and earthmoving work
45112450 Excavation work at archaeological sites Excavating and earthmoving work
45246400 Flood-prevention works River regulation and flood control works
71311220 Highways engineering services Civil engineering consultancy services
45112700 Landscaping work Excavating and earthmoving work
90712400 Natural resources management or conservation strategy planning services Environmental planning
45212600 Pavilion construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45231110 Pipelaying construction work Construction work for pipelines, communication and power lines
71322200 Pipeline-design services Engineering design services for the construction of civil engineering works
45232152 Pumping station construction work Ancillary works for pipelines and cables
45234100 Railway construction works Construction work for railways and cable transport systems
71311230 Railway engineering services Civil engineering consultancy services
45247270 Reservoir construction works Construction work for dams, canals, irrigation channels and aqueducts
45233120 Road construction works Construction, foundation and surface works for highways, roads
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
71510000 Site-investigation services Construction-related services
45233227 Slip road construction work Construction, foundation and surface works for highways, roads
09330000 Solar energy Electricity, heating, solar and nuclear energy
71312000 Structural engineering consultancy services Consultative engineering and construction services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
43123000 Tunnelling machinery Coal or rock cutters and tunnelling machinery, and boring or sinking machinery
45221247 Tunnelling works Construction work for bridges and tunnels, shafts and subways
45247120 Waterways except canals Construction work for dams, canals, irrigation channels and aqueducts

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.