Tender

Strategic Innovation Delivery Partner

  • Thames Freeport Limited

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-032104

Procurement identifier (OCID): ocds-h6vhtk-05481c

Published 12 June 2025, 7:05pm



Scope

Description

Thames Freeport is seeking to appoint a Strategic Innovation Delivery Partner (SIDP) to support the delivery of its long-term innovation strategy through a Competitive Flexible Procedure. The successful organisation or consortia will provide both strategic leadership and operational delivery across a portfolio of complex innovation programmes, working with a diverse stakeholder base including public sector bodies, NHS organisations, local authorities, academia, and private sector partners.

The initial priority for the SIDP will be the delivery of a £3.3 million AI Centre within a regional hospital. This programme will create a national demonstrator for applied artificial intelligence in frontline health and care, requiring the SIDP to lead programme mobilisation, NHS engagement, technical deployment of AI use cases, workforce development, and creation of a sustainable operating model. Proven delivery experience within regulated or clinical environments will be a key assessment criterion.

Following successful mobilisation of the AI Centre, the SIDP will hold a call-off contract with an estimated value of up to £15 million over three years. Additional commissions may include delivery of innovation programmes across Thames Freeport's core sectors: sustainable construction, advanced manufacturing, public services, and digital logistics, contributing to the Freeport's ambition to become an internationally recognised centre for applied AI and smart infrastructure.

Bidders must demonstrate clear leadership, operational capacity, sector expertise, investment-readiness, and the ability to operate effectively across complex public-private ecosystems. Consortium bids are permitted but must be fully formed at the point of submission, with a designated lead organisation.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Project-management-consultancy-services./4996HHNTZ6

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/4996HHNTZ6

Total value (estimated)

  • £15,000,000 excluding VAT
  • £15,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 1 September 2028
  • 3 years, 1 day

Main procurement category

Services

CPV classifications

  • 72224000 - Project management consultancy services
  • 73200000 - Research and development consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

7 July 2025, 9:00am

Submission type

Tenders

Deadline for requests to participate

7 July 2025, 9:00am

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 August 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Technical

Quality 60%
Value for Money

value for money

Cost 30%
Social Value

SV

Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Contracting Authority (Thames Freeport) is conducting this procurement using the Competitive Flexible Procedure permitted under Section 43 of the Procurement Act 2023. This procedure has been designed to ensure flexibility, transparency, equal treatment and value for money while allowing appropriate dialogue with the market.

The following stages will apply:

Stage 1 - Expression of Interest and Supplier Questionnaire (SQ)

Interested suppliers will submit a response to the Supplier Questionnaire (SQ).

The SQ includes pass/fail questions relating to eligibility, capability, and conflict of interest, alongside scored technical questions assessing technical delivery experience and capacity.

Submissions will be evaluated in accordance with published pass/fail criteria and weighted scored criteria.

A minimum of three of the highest scoring suppliers will be shortlisted for the next stage.

Stage 2 - Invitation to Tender (ITT)

Shortlisted suppliers will be invited to submit full tenders.

The Authority will issue a detailed Invitation to Tender (ITT), setting out full requirements, evaluation methodology, and any updated award criteria.

Clarification questions may be raised and addressed during this stage to ensure mutual understanding of requirements.

Stage 3 - Dialogue and/or Negotiation (Optional)

The Authority reserves the right to enter into dialogue or negotiation with shortlisted suppliers following receipt of initial tenders.

This may include:

Structured dialogue sessions.

Presentations or demonstrations of proposals.

Site visits or audits.

Negotiation meetings to refine proposals.

Any dialogue or negotiation activity will be conducted in a fair, transparent, and non-discriminatory manner, equally applied to all remaining bidders.

Stage 4 - Final Tender Submission

Following any dialogue or negotiation, suppliers may be invited to submit final tenders.

Final tenders will be evaluated against the published award criteria.

Stage 5 - Evaluation and Award

Final tenders will be evaluated using the defined evaluation criteria and scoring methodology.

The supplier achieving the highest overall score will be recommended for contract award, subject to internal approvals.

Stage 6 - Voluntary Standstill

The Authority may apply a voluntary standstill period prior to contract signature to allow for feedback and transparency.

Stage 7 - Contract Award and Transparency

A Contract Award Notice will be published on Find a Tender in accordance with Procurement Act 2023 requirements.

Outcome notifications and feedback will be available to all suppliers by request upon conclusion of the procurement.


Contracting authority

Thames Freeport Limited

  • Public Procurement Organisation Number: PGTR-2821-XQNY

70 Mark Lane

London

EC3R 7NB

United Kingdom

Contact name: Ian Blake

Email: Ian.Blake@thamesfreeport.com

Region: UKI31 - Camden and City of London

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)