Scope
Reference
Prj_6961
Description
Southern Water Services are seeking to establish a framework panel whom have the expertise to support the companies ambitions.
SWS are seeking business management consultancy & related professional services expertise in, but not limited to: Regulatory Advice, Regulatory Economic Advisory and Modelling, Procurement and Commercial, General Tax, Financial Services, Strategy & Change
All services provided under this framework agreement are to be structured in a manner that is outside the scope of IR35 legislation. The service providers remain responsible for compliance with all relevant tax and employment regulations
SWS will retain the right to compete work outside the pool of pre-qualified service providers (via Procurement Act 2023 process or otherwise) in its discretion (e.g. where the pre-qualified service providers do not have specialist capability to deliver the consultancy services required by SWS or the price secured within the pool is not judged by SWS to be market competitive).
Indicative lot values per annum :
Lot 1a Regulatory Advice £1.4m
Lot 1b Regulatory Economic Advisory and Modelling £1m
Lot 2 Procurement & Commercial £3m
Lot 3a General Tax £400k
Lot 3b Financial Services £1m
Lot 4 Strategy & Change £10m
Whilst these values reflect the best estimate, Tenderers should be aware that we may see peaks in demand that are much higher than the indicated values per annum and there will be some years it's much lower.
These values may be subject to change due to potential future regulatory or policy changes
Commercial tool
Establishes an open framework
Total value (estimated)
- £161,280,000 including VAT
Above the relevant threshold
Main procurement category
Services
Contract locations
- UKJ - South East (England)
Not the same for all lots
CPV classifications and contract dates are shown in Lot sections, because they are not the same for all lots.
Lot 1a. Regulatory Advice
Description
This Lot covers the provision of business management consultancy and professional services to support regulatory strategy and compliance.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 20 May 2026 to 20 May 2034
- 8 years, 1 day
CPV classifications
- 79400000 - Business and management consultancy and related services
- 71800000 - Consulting services for water-supply and waste consultancy
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 1b. Regulatory Economic Advisory and Modelling
Description
This Lot covers the provision of business management consultancy and professional services to support regulatory economic activities.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 20 May 2026 to 20 May 2034
- 8 years, 1 day
CPV classifications
- 79411100 - Business development consultancy services
- 79311410 - Economic impact assessment
- 72221000 - Business analysis consultancy services
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 2. Procurement & Commercial
Description
This Lot covers the provision of business management consultancy and professional services to support procurement and supply chain activities. This includes, but is not limited to strategic advice, implementation, and delivery across the full procurement lifecycle.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 8 May 2026 to 8 May 2034
- 8 years, 1 day
CPV classifications
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79418000 - Procurement consultancy services
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 3a. General Tax
Description
This Lot covers the provision of business management consultancy and professional services including but not limited tax.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 20 May 2026 to 20 May 2034
- 8 years, 1 day
CPV classifications
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79221000 - Tax consultancy services
- 66171000 - Financial consultancy services
- 79412000 - Financial management consultancy services
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 3b. Financial Services
Description
This Lot covers the provision of business management consultancy and professional services including but not limited to financial services.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 4 May 2026 to 4 May 2034
- 8 years, 1 day
CPV classifications
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79412000 - Financial management consultancy services
- 66121000 - Mergers and acquisition services
- 66152000 - Financial market regulatory services
- 66122000 - Corporate finance and venture capital services
- 66100000 - Banking and investment services
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 4. Strategy & Change
Description
This Lot covers the provision of business management consultancy and professional services including but not limited to to end to end transformation, strategy& change.
Lot value (estimated)
- £161,280,000 including VAT
Framework lot values may be shared with other lots
Contract dates (estimated)
- 8 May 2026 to 8 May 2034
- 8 years, 1 day
CPV classifications
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79414000 - Human resources management consultancy services
- 72221000 - Business analysis consultancy services
- 79411100 - Business development consultancy services
- 72224000 - Project management consultancy services
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
20 May 2034
Maximum number of suppliers
38
Maximum percentage fee charged to suppliers
0%
Framework operation description
Call off mechanism of the framework to include Direct Award & Further Competition (mini competition)
SWS will retain the right as indicated in clause 4.15.3 of the Framework Agreement to amend, vary or update the Award Procedures under this Framework Agreement at any time, provided the fundamental principles (direct award and or further competition) remain unchanged.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1a. Regulatory Advice
Lot 1b. Regulatory Economic Advisory and Modelling
Lot 2. Procurement & Commercial
Lot 3a. General Tax
Lot 3b. Financial Services
Lot 4. Strategy & Change
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
27 November 2025, 5:00pm
Submission type
Tenders
Tender submission deadline
17 December 2025, 12:00pm
Electronic auction will be used
Yes
Submission address and any special instructions
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
If you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
21 April 2026
Award criteria
Lot 1a. Regulatory Advice
Lot 1b. Regulatory Economic Advisory and Modelling
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 65% |
| Commercial | Price | 35% |
Lot 2. Procurement & Commercial
Lot 3a. General Tax
Lot 3b. Financial Services
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 60% |
| Commercial | Price | 40% |
Lot 4. Strategy & Change
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 70% |
| Commercial | Price | 30% |
Other information
Payment terms
Payment terms as stated within the Tender documents
Description of risks to contract performance
Whilst these values reflect the best estimate, Tenderers should be aware that we may see peaks in demand that are much higher than the indicated values per annum and there will be some years it's much lower.
These values may be subject to change due to potential future regulatory or policy changes
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Southern Water intends to award a multi lotted open framework with limited number of suppliers on each lot using the Competitive Flexible Procedure under the Procurement Act 2023.
Stage 1 PQQ
All interested suppliers are invited to submit a response to Pre-Qualification Questionnaire.
The Tenderer will be required to accept the Terms and Conditions in the Framework Agreement.
Minor amendments to the Framework Agreement in the form of 'derogations' to SWS' Framework Agreements for the relevant Lot(s) may be considered at PQQ stage, as detailed in Section 9 of the Information and Instructions To tender (IITT) to Tenderers document on SWS e-Sourcing platform.
SWS are not bound to accept any suggested amendments to the framework agreement
However, Tenderers should note that SWS reserves the right to reject a tender submission if the terms and conditions of contract are not agreed between SWS and the Tenderer within a reasonable period. Such period to be determined at the sole discretion of SWS.
SWS additionally reserves the right to not award the Framework to any Tenderer.
Stage 2 ITT
Only shortlisted tenderers will receive an Invitation To Tender
Shortlisted tenderes will be invited to respond to ITT technical questions, will be required to attend a presentation (where applicable), and as well as to provide a commercial response as part of their tender submission, in alignment with the costing structure provided in the e-sourcing portal.
Commercial envelope evaluation comprises an initial submission in alignment with the costing structure provided in the e-sourcing platform for the 2 elements.
The commercial evaluation will be followed by a Best and Final Offer Stage, where a reverse eAuction will be conducted for one of the 2 elements of the commercial envelope.
SWS, at its sole discretion, reserves the right to amend, modify or update the eAuction process and methodology at any time, as deemed necessary. Any changes will communicate to all qualifying tenderers prior to implementation.
Framework Reopening
This framework may be reopened at specified intervals:
- once during the first 3 years from the commencement date of the framework
- withing a 3 year period from the award of any succesive farmework
SWS will retain the right to compete work outside the pool of pre-qualified service providers (via Procurement Act 2023 process or otherwise) in its discretion (e.g. where the pre-qualified service providers do not have specialist capability to deliver the consultancy services required by SWS or the price secured within the pool is not judged by SWS to be market competitive).
SWS will retain the right to amend, vary or update the Award Procedures under this Framework Agreement at any time, provided the fundamental principles (direct award and or further competition) remain unchanged.
Southern Water reserves the right to adjust the weightings of evaluation criteria to ensure aligmnent with evolving market and business goals, while the criteria themselves remain unchanged.
Documents
Documents to be provided after the tender notice
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
If you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier.
Contracting authority
Southern Water Services Limited
- Public Procurement Organisation Number: PBJQ-2231-ZRPG
Southern Water, Southern House
Worthing
Bn13 3NX
United Kingdom
Region: UKJ27 - West Sussex (South West)
Organisation type: Private utility