Thames Water has gone out to tender with an AMP8 contract for a Site Investigation Survey Framework with a total estimated value of £211.2 million ( incl VAT).

The water company intends to establish a Framework Agreement to appoint suitably qualified suppliers to deliver site investigation surveys and associated deliverables across its operational area.
The framework will enable Thames Water (and, where applicable, permitted person and including main contractors) to call off individual surveys and/or programmes of surveys on an as-needed basis during the framework term.
The framework is intended to cover both infrastructure and non-infrastructure projects, which may take place on Thames Water sites, private or public land, and/or within highways and road environments.
The framework is being tendered in the following Lots:
Lot 1. Above Ground Surveys
Lot 1 covers delivery of above ground surveys and associated outputs to support feasibility, optioneering, design development, consents and construction planning across Thames Water's operational area. Surveys will be undertaken on live operational sites and project locations.
Core survey types
- Laser scanning
- Topographical surveys
- Drone surveys
- Measured building surveys
- Photogrammetry
Optional survey types
- LiDAR surveys
- Aerial photography
- 360 photo surveys
- Satellite surveys
- Mobile mapping
- Geodetic control
- Infrared (thermal) imaging
- Hydraulic surveys
- Hydrographic surveys including bathymetric
- Instrumentation and monitoring
- Structural and building condition surveys
- Land mapping
- GPS RTK
- Engineering
Lot 2. Below Ground Surveys
Lot 2 covers below ground surveys focused on utility detection, mapping and condition assessment to support safe design and delivery and reduce strike and delay risk across Thames Water's operational area.
Core survey types
- PAS 128 utility surveys (or a direct European equivalent)
- Detailed manhole surveys
- CCTV drainage surveys
- Electromagnetic locating or EM scanning
- High Density Array GPR
Optional survey types
- Cable identification
- Pumping station drop tests
- Bridge deck scanning
- Connection surveys
- Line and level surveys
- Concrete scanning
- Rebar scanning
- Chamber Scanning
Lot 3. Ground Investigation
Lot 3 covers ground investigation services to support geotechnical and geoenvironmental understanding for design, consents and construction planning across Thames Water's operational area. Outputs will be delivered in line with the Standard Requirements, with appropriate safety, quality and data controls
Core survey types
- Geotechnical and geoenvironmental ground investigation
- Electromagnetic (EM)
Optional survey types
- Microgravity surveys
- Vibration or acoustic surveys
- Metal detection
- Unexploded ordonnance (UXO) surveys
Lot 4. Multidisciplinary Surveys
Lot 4 covers integrated multidisciplinary survey programmes where Thames Water requires a single provider to plan, sequence and deliver surveys spanning multiple disciplines across Lots 1-3, producing consolidated outputs in line with the Standard Requirements for methodology, data, reporting and deliverables.
Thames Water will establish a non exclusive Framework Agreement for the provision of site investigation surveys and associated deliverables, split into four Lots
Core surveys for all Lots means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning. Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types. Survey outputs will be provided in line with the Standard Requirements for methodology, data, reporting and deliverables.
Current estimated start and end contract dates are 30 June 2026 to 31 March 2030 with further possible extension options up to 30 March 2034.
The framework will operate as a mechanism to appoint capable suppliers by Lot and then commission specific requirements via call-off contracts during the framework term using a defined pricing and selection process.
Deadline for submission of requests to participate is 10:00am on 12 March 2026,
Current estimated award decision date is 19 June 2026.
Interested suppliers are invited to submit a Procurement Specific Questionnaire (PSQ), following which they will be evaluated to confirm eligibility and shortlist bidders progressing to the Invitation to Negotiate (ITN) stage.
The ITN will then be issued, followed by a clarification window so all bidders have consistent information before preparing submissions. Once ITN responses are received, Thames Water will then complete a full evaluation covering commercial, technical and legal aspects, and then down-select to a smaller group for negotiation.
Negotiation and final clarification follow, giving suppliers the opportunity to improve and optimise their proposals where appropriate - this may be more than 1 round.
The process concludes with internal approvals, contract finalisation and award.
Click here to complete an online form for access to the PSQ documents
HUBER Technology UK & Ireland are inviting people to register for their March webinar where they will be providing information about HUBER water intake screens for municipal and industrial applications.

Hear how United Utilities is accelerating its investment to reduce spills from storm overflows across the Northwest.