Award

Security Services

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

Award

02 Mar 2022 at 08:47

Tender

30 Jun 2021 at 14:50

Summary of the contracting process

Thames Water Utilities Limited is in the process of procuring Security Services primarily focused on static guarding across approximately 30 sites within the Thames Water estate. This tender falls under the services category and is currently in the Award stage, with the contract awarded on 8th February 2022. The procurement process was initiated through a selective method, featuring a negotiated procedure with prior call for competition, and the estimated contract value is £31,200,000. The contract may last for an initial term of 5 years with options for annual extensions, potentially extending the total duration to 8 years.

This procurement represents a significant opportunity for businesses specialising in security services, particularly those accredited to a minimum of NSI silver with aspirations for NSI gold accreditation. Companies that can offer comprehensive security solutions, including static site guarding, advanced CCTV operations, mobile response, alarm monitoring, and access control systems, will find themselves well-placed to compete. Given the scale and complexity of the requirements, businesses with experience in multi-site security management and compliance with industry best practices will be advantageous contenders in this competitive tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Security Services

Notice Description

Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate. The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL. The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited. Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.

Lot Information

Lot 1

Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate. The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL. The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited. Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.

Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

Renewal: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c1ee
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005644-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

Notice Value(s)

Tender Value
£31,200,000 £10M-£100M
Lots Value
£31,200,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20223 years ago
Submission Deadline
15 Jul 2021Expired
Future Notice Date
Not specified
Award Date
8 Feb 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Between 5 - 8 years

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
1
Supplier Name

SECURITAS SECURITY SERVICES (UK

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c1ee-2022-03-02T08:47:29Z",
    "date": "2022-03-02T08:47:29Z",
    "ocid": "ocds-h6vhtk-02c1ee",
    "description": "** This notice is notification of award",
    "initiationType": "tender",
    "tender": {
        "id": "FA1659",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Security Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate. The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL. The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited. Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.",
        "value": {
            "amount": 31200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Provision of Security Services across the estate which will predominantly be static guarding. This will be required across approximately 30 of our sites a mixture of Tier 1-3, with mobile patrols being required across our estate on a determined rota. In addition we also require support for Access Controls and General security requirements for corporate sites, Alarm Monitoring and ID Card management The Service Provider shall provide a professional and comprehensive Security Service (static site guarding, CCTV, and mobile response ) that offers appropriate assistance and protection for the TWUL estate. The Provider shall be expected to operate flexibly, by responding to TWUL's requirements where extra services are needed or amendment to the assignment instructions are wanted in providing general security assistance to TWUL. The Provider will work in line with TWUL security processes and industry best standards. The Provider should be a minimum of NSI silver working towards NSI gold or already NSI gold accredited. Ultimate responsibility for security policy, process and security risk assessments remains with TWUL.",
                "value": {
                    "amount": 31200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years."
                },
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water region."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed Section VI and the PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or Parent Company Guarantees pf performance and financial standing may be required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "contractTerms": {
            "financialTerms": "Specified in the Invitation to Negotiate",
            "tendererLegalForm": "Consortia may be required to form a legal identity prior to award",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2021-07-15T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)",
        "recurrence": {
            "description": "Between 5 - 8 years"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-4845",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ],
                "buyerProfile": "https://www.thameswater.co.uk"
            }
        },
        {
            "id": "GB-FTS-21103",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-4846",
            "name": "Thames Water Utilities Ltd",
            "identifier": {
                "legalName": "Thames Water Utilities Ltd"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-45705",
            "name": "Securitas Security Services (UK) Limited",
            "identifier": {
                "legalName": "Securitas Security Services (UK) Limited"
            },
            "address": {
                "locality": "Gloucester",
                "region": "UKK1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4845",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "005644-2022-FA1659-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-45705",
                    "name": "Securitas Security Services (UK) Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "005644-2022-FA1659-1",
            "awardID": "005644-2022-FA1659-1",
            "status": "active",
            "dateSigned": "2022-02-08T00:00:00Z"
        }
    ]
}