Buyer Name: THAMES WATER UTILITIES LIMITED
Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom
Contact Email: procurement.support.centre@thameswater.co.uk
Buyer Name: THAMES WATER UTILITIES LIMITED
Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom
Contact Email: procurement.support.centre@thameswater.co.uk
Thames Water intends to award Framework Agreement to a single supplier for a dedicated security patrol and response service to improve our protective security, particularly for our critical assets, and ensure compliance with associated industry regulations such as SEMD (Security & Emergency Measures Direction) and PSG (Protective Security Guidance). To ensure compliance, we are required to patrol our critical assets and have sufficient planned response for incidents, and resource must be trained to respond to worst case scenarios. The scope will include a dedicated 24/7 service to provide: a) Proactive patrols and inspections of our sites to provide security presence and check for perimeter vulnerabilities; and b) Reactive rapid response to alarms and incidents, and providing security support for police and frontline staff where needed. The successful supplier will need to provide appropriate vehicles, communications and response equipment, and officers that are adequately trained in incident response, enhanced physical intervention, conflict management, etc. The supplier will also need to coordinate their staff/vehicles across our region (London & Thames Valley) with appropriate route planning to ensure our needs and SLAs are met. Reactive response requirements will be communicated to the Supplier by our Alarm Monitoring Centre (AMC). Our key priorities and expectations for this agreement include: Security Resilience & Assurance to improve protection of our sites and more capable response to alarms/incidents; Compliance with SEMD & PSG regs; Health, Safety & Wellbeing focus with increased protection for our staff against public threats/abuse; and Value for Money to demonstrate to OFWAT in line with our PR24 submission, and reducing the cost of damage/loss from security breaches.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/010304-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.
Lot 1 Value (Gross): GBP 72,000,000
Lot 1 Contract Start: 2025-07-01T00:00:00+01:00
Lot 1 Contract End: 2028-07-01T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical (55%)
Lot 1 Award Criterion (price): Commercial (45%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"date": "2025-03-20T09:37:17Z",
"id": "010304-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04ef77",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PNQQ-4647-DTCV",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Reading",
"postalCode": "RG1 8DB",
"region": "UKJ11",
"streetAddress": "Clearwater Court"
},
"contactPoint": {
"email": "procurement.support.centre@thameswater.co.uk"
},
"details": {
"classifications": [
{
"description": "Private utility",
"id": "privateUtility",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-02366661",
"identifier": {
"id": "02366661",
"scheme": "GB-COH"
},
"name": "THAMES WATER UTILITIES LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-06-27T23:59:59+01:00"
},
"description": "Thames Water intends to award Framework Agreement to a single supplier for a dedicated security patrol and response service to improve our protective security, particularly for our critical assets, and ensure compliance with associated industry regulations such as SEMD (Security \u0026 Emergency Measures Direction) and PSG (Protective Security Guidance). To ensure compliance, we are required to patrol our critical assets and have sufficient planned response for incidents, and resource must be trained to respond to worst case scenarios.\nThe scope will include a dedicated 24/7 service to provide: a) Proactive patrols and inspections of our sites to provide security presence and check for perimeter vulnerabilities; and b) Reactive rapid response to alarms and incidents, and providing security support for police and frontline staff where needed. The successful supplier will need to provide appropriate vehicles, communications and response equipment, and officers that are adequately trained in incident response, enhanced physical intervention, conflict management, etc. The supplier will also need to coordinate their staff/vehicles across our region (London \u0026 Thames Valley) with appropriate route planning to ensure our needs and SLAs are met. Reactive response requirements will be communicated to the Supplier by our Alarm Monitoring Centre (AMC).\nOur key priorities and expectations for this agreement include: Security Resilience \u0026 Assurance to improve protection of our sites and more capable response to alarms/incidents; Compliance with SEMD \u0026 PSG regs; Health, Safety \u0026 Wellbeing focus with increased protection for our staff against public threats/abuse; and Value for Money to demonstrate to OFWAT in line with our PR24 submission, and reducing the cost of damage/loss from security breaches.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-03-20T09:37:17Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "010304-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/010304-2025"
}
],
"expressionOfInterestDeadline": "2025-04-14T10:00:00+01:00",
"hasRecurrence": true,
"id": "FA2228",
"items": [
{
"additionalClassifications": [
{
"description": "Security services",
"id": "79710000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"numbers": [
{
"number": 55,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-07-01T23:59:59+01:00",
"maxExtentDate": "2033-07-01T23:59:59+01:00",
"startDate": "2025-07-01T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
},
"renewal": {
"description": "Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years."
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amountGross": 72000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "Suppliers\u0027 PSQ submissions will be scored and shortlisted in accordance with the criteria set out within the PSQ documentation, and the suppliers that are shortlisted will be invited to submit a proposal in response to the ITN.\nAfter tenders have been submitted, evaluated and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2033-07-01T23:59:59+01:00"
}
]
},
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "To gain access for this procurement exercise, please click on the link below, and provided the requested details. You will then be given access. \nhttps://forms.office.com/e/Y8SuEkkSfx",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Suppliers that are shortlisted from the PSQ stage will be invited to submit a proposal in response to the ITN, including details of the pricing they are submitting. After tenders have been submitted, evaluated and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents.",
"method": "withoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "Security Patrol and Response",
"value": {
"amountGross": 72000000,
"currency": "GBP"
}
}
}