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.
Contract 1. Security Patrol and Response
Supplier
Contract value
- £72,000,000 including VAT
Above the relevant threshold
Award decision date
30 July 2025
Date assessment summaries were sent to tenderers
30 July 2025
Standstill period
- End: 11 August 2025
- 8 working days
Earliest date the contract will be signed
12 August 2025
Contract dates (estimated)
- 12 August 2025 to 10 August 2028
- Possible extension to 10 August 2033
- 7 years, 11 months, 30 days
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.
Main procurement category
Services
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.
CPV classifications
- 79710000 - Security services
Contract locations
- UKI - London
- UKJ - South East (England)
Submission
Submission type
Requests to participate
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Supplier
FIRST RESPONSE GROUP LTD
- Companies House: 06263326
- Public Procurement Organisation Number: PPWR-4812-RLJD
Unit 2 Gemini Business Park
Leeds
LS7 3JB
United Kingdom
Region: UKE42 - Leeds
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Security Patrol and Response
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