United Kingdom554 days leftOpen

Main Works Contract for White Horse Reservoir

Tender Overview

LOCATION

Berkshire, Buckinghamshire and Oxfordshire, United Kingdom

VALUE

£6,840,000,000

DEADLINE

August 10, 2027 at 23:00

CATEGORY

Other

CPV CODE

09330000

REFERENCE

005547-2026

Project Timeline

Contact Information

View Original

Original Tender 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.
⚠️

MANDATORY EXCLUSION GROUNDS

  • No mandatory exclusion grounds are explicitly stated in the provided tender information.

ELIGIBILITY REQUIREMENTS

  • Ability to operate as a Main Works Contractor (MWC) for large-scale infrastructure projects.
  • Eligibility to participate in a multi-supplier Framework Agreement.
  • Compliance with the Specified Infrastructure Project Regulations (SIPR).
  • Acceptance of the Call-Off Contract novation from Thames Water to an Infrastructure Provider (IP) during Stage One.
  • Commitment to full compliance with the Reservoirs Act 1975 throughout the project lifecycle.
  • Adherence to national and international standards and guidance documents for reservoir embankment and associated structures.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Capability to design, build, test, and commission a new reservoir with an operational capacity of 150 million cubic metres (Mm³) and a water surface area of approximately 6.7km².
  • Expertise in constructing fully bunded, non-impounding raw water storage reservoirs.
  • Ability to design and construct a conveyance system including a pumping station and approximately 4km of tunnels for water abstraction from the River Thames.
  • Experience in watercourse diversions and creation of replacement floodplain storage.
  • Capability to integrate passive design provisions for future strategic water resource and flood alleviation schemes.
  • Ability to deliver associated infrastructure including roads, rail sidings, recreational facilities, utilities diversions, renewables and power supplies, and drainage.
  • Proficiency in design and construction planning.
  • Capability for mobilisation and enabling works, including utility diversions, site clearance and demolition, environmental and archaeological surveys, utility connections, site boundary securing, habitat creation and species relocation, and geotechnical investigations.
  • Experience in creating temporary rail sidings and materials handling areas (specifically on the Great Western Main Line).
  • Expertise in reservoir earthworks, excavation (borrow pit), embankments, Replacement Flood Storage, landscape scheme components, and road embankments.
  • Capability in tunnelling and pipelines, including reservoir tunnels and river tunnels.
  • Experience in road construction, including overbridges.
  • Proficiency in concrete works for operational structures such as reservoir towers and pumping stations.
  • Ability to construct a River Thames intake/outfall structure, including the use of a sheet-piled temporary cofferdam.
  • Capability in constructing ancillary buildings.
  • Expertise in mechanical and electrical infrastructure and fit-out.
  • Capability in building construction and fit-out.
  • Proficiency in landscaping.
  • Experience in land and habitat management.
  • Ability to execute a two-stage Early Contractor Involvement (ECI) approach (Stage One: design and construction planning; Stage Two: detailed design and build).
  • Capability to develop the design for construction in compliance with the DCO reference design, integrating secondary consents and construction planning.
  • Ability to manage the testing and commissioning phase of the reservoir.
  • Willingness to work under the oversight of an appointed Construction Engineer and Reservoir Advisory Panel.
💰

FINANCIAL REQUIREMENTS

  • Requirement to submit a Target Price for the Call-Off Contract requirements.
  • Acceptance of Target Price adjustment mechanisms during Stage One for "Adjustment Events" (e.g., Client changes to Scope).
  • Acceptance of Target Price amendment in accordance with compensation events during Stage Two.
  • Financial capacity to undertake a project with an estimated value of 6,840,000,000 EUR.
  • Financial stability to support a contract duration of 188 months.
📋

SUBMISSION REQUIREMENTS

  • Submission of a Target Price for the Call-Off Contract requirements.
  • Submission must adhere to the deadline of 2027-08-11T00:00:00+01:00.
  • Participation is restricted to invited candidates, implying a prior selection process.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

HTM
Lot L-1
OCDS DataL-1.html
Summary:
This document is a contract award notice for leadership development services provided to Thirteen Housing Group Limited, detailing the scope, procedure, and supplier of the awarded contract, presented in OCDS format.
DOC
OCDS Record
OCDS Data005547-2026_ocds_record.json
Summary:
This tender seeks a Main Works Contractor for the White Horse Reservoir project, involving the design, build, test, and commission of a 150 million cubic metre reservoir and associated infrastructure in Oxfordshire, procured via a multi-supplier Framework Agreement and NEC4 ECC Call-Off Contract.
DOC
OCDS Release Package
OCDS Data005547-2026_ocds_release.json
Summary:
This OCDS Release Package provides structured data detailing the White Horse Reservoir Main Works Contract tender, outlining the project scope, procurement approach, and buyer information.
PDF
Official PDF Version
General Information005547-2026_official.pdf
Summary:
This tender notice invites bids for the Main Works Contract to design, build, test, and commission the White Horse Reservoir, a 150 million cubic metre new water storage facility in Oxfordshire, under a multi-supplier Framework Agreement and a two-stage NEC4 ECI Call-Off Contract.
HTM
Tender Notice
General Information005547-2026.html
Summary:
This tender notice details the procurement of a Main Works Contract for the White Horse Reservoir project, outlining a two-stage Early Contractor Involvement (ECI) approach for the design, build, test, and commission of a new 150 million cubic metre reservoir and associated infrastructure in Oxfordshire.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

50
Fair

Tender Quality Score

This tender for the White Horse Reservoir Main Works Contract provides a detailed project description but suffers from critical deficiencies in legal compliance, completeness, and clarity, primarily due to an incorrect CPV code, missing evaluation criteria, and insufficient tender documentation.

Score Breakdown

Legal Compliance60/100

The tender benefits from a clearly defined procedure type and an exceptionally generous submission deadline. However, the assignment of 'Solar energy' (9330000) as the CPV code for a major water infrastructure project is a severe error, fundamentally misrepresenting the tender's nature. Additionally, the absence of explicitly stated mandatory exclusion grounds is a significant legal omission.

Incorrect CPV code assigned (Solar energy for a reservoir project)
Missing explicit mandatory exclusion grounds
Clarity55/100

The project description is highly detailed and the AI-extracted technical requirements are comprehensive and understandable, clearly outlining the scope and two-stage ECI approach. Nevertheless, the complete absence of specified evaluation criteria is a critical flaw, making it impossible for bidders to understand how their proposals will be assessed.

No evaluation criteria specified
Completeness45/100

While basic information like title, reference, organization, value, and duration are present, the tender is critically incomplete regarding essential documentation. The listed documents are insufficient for a project of this scale, notably lacking full tender specifications or contract drafts. Furthermore, one listed document is entirely irrelevant, and mandatory exclusion grounds are missing.

Insufficient and irrelevant tender documents provided (e.g., irrelevant contract award notice, lack of full ITT/specifications)
Missing evaluation criteria
Fairness50/100

The tender benefits from a disclosed value and an exceptionally long submission deadline. However, the lack of specified evaluation criteria severely compromises transparency and objectivity. The absence of an e-submission option can also create barriers to equal access, and the 'Restricted' procedure inherently limits competition.

No evaluation criteria specified, hindering transparency and objectivity
No electronic submission option
Practicality55/100

The tender lacks support for electronic submission, which is a practical drawback in modern procurement. No specific URL for comprehensive tender documents is provided, only a general project website. The contract start date being identical to the submission deadline is also illogical and potentially confusing.

No electronic submission supported
No clear URL for comprehensive tender documents
Data Consistency30/100

Data consistency is a major concern. The CPV code is fundamentally incorrect for the project type. An irrelevant contract award notice for a different organization and service is included in the tender documents. Additionally, the contract start date is illogically set to the submission deadline, and there's a minor discrepancy in submission deadline times.

Incorrect CPV code (Solar energy for a reservoir project)
Inclusion of an irrelevant document (contract award for leadership development)
Sustainability50/100

While the project description incorporates themes of nature, people, and future generations, and technical requirements mention habitat creation, explicit green procurement, social, or innovation criteria for the contractor selection are largely absent. The project is not EU funded.

Lack of explicit green procurement criteria
Lack of explicit social criteria for the contractor

Strengths

Very detailed project description and technical requirements
Exceptionally generous submission deadline (over 1.5 years)
High estimated value disclosed
Clear definition of the procurement procedure
No disputes or suspensions reported

Concerns

Incorrect CPV code (Solar energy for a reservoir project)
Complete absence of evaluation criteria
Insufficient and irrelevant tender documents provided
Missing mandatory exclusion grounds
No electronic submission option

Recommendations

1. Correct the CPV code to accurately reflect the civil engineering and water infrastructure nature of the project.
2. Publish comprehensive tender documents, including detailed specifications, full contract terms, and clear, objective evaluation criteria.
3. Explicitly state mandatory exclusion grounds and consider enabling electronic submission for improved accessibility and efficiency.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
C
Tender Quality Score
50/ 100 · Fair

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes