Scope
Reference
FA2228
Description
Thames Water intends to award an 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.
Total value (estimated)
- £72,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2025 to 1 July 2028
- Possible extension to 1 July 2033
- 8 years, 1 day
Description of possible extension:
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.
Options
The right to additional purchases while the contract is valid.
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.
Main procurement category
Services
CPV classifications
- 79710000 - Security services
Contract locations
- UKI - London
- UKJ - South East (England)
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
14 April 2025, 10:00am
Submission address and any special instructions
To gain access for this procurement exercise, please click on the link below, and provided the requested details. You will then be given access.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 June 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 July 2033
Award criteria
Name | Type | Weighting |
---|---|---|
Technical | Quality | 55% |
Commercial | Price | 45% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Suppliers' 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.
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.
Contracting authority
THAMES WATER UTILITIES LIMITED
- Companies House: 02366661
- Public Procurement Organisation Number: PNQQ-4647-DTCV
Clearwater Court
Reading
RG1 8DB
United Kingdom
Region: UKJ11 - Berkshire
Organisation type: Private utility