Notice Information
Notice Title
Security Definition and Outline Design
Notice Description
Design support services for the definition and development of outline designs for security across the TW estate in accordance with DEFRA's guidance notes (PSG) to achieve regulatory compliance, this will include SEMD projects and any other security upgrades undertaken by Thames Water or on behalf of Thames Water. The framework will also include the option for detailed design and commissioning support.
Lot Information
Lot 1
Design support services for the definition and development of outline designs for security across the TW estate in accordance with DEFRA's guidance notes (PSG) to achieve regulatory compliance, this will include SEMD projects and any other security upgrades undertaken by Thames Water or on behalf of Thames Water. The framework will also include the option for detailed design and commissioning support.
Options: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years.
Renewal: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c48d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008991-2022
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79700000 - Investigation and security services
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Apr 20224 years ago
- Submission Deadline
- 5 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Mar 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Between 4 and 8 years dependent on contractor's performance during the initial framework duration and any extension period.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02c48d-2022-04-04T14:55:51+01:00",
"date": "2022-04-04T14:55:51+01:00",
"ocid": "ocds-h6vhtk-02c48d",
"description": "It is proposed that this framework agreement will run for an initial period of 4 years, with the option to extend on an annual basis for a maximum further 4 years. TWUL reserves the right to extend this framework agreement, where operational benefits exist for doing so. All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement). From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource. If the project requires it, you will receive an additional and separate survey to complete for Data Protection. Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.",
"initiationType": "tender",
"tender": {
"id": "CP0032",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Security Definition and Outline Design",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79700000",
"description": "Investigation and security services"
},
"mainProcurementCategory": "services",
"description": "Design support services for the definition and development of outline designs for security across the TW estate in accordance with DEFRA's guidance notes (PSG) to achieve regulatory compliance, this will include SEMD projects and any other security upgrades undertaken by Thames Water or on behalf of Thames Water. The framework will also include the option for detailed design and commissioning support.",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Design support services for the definition and development of outline designs for security across the TW estate in accordance with DEFRA's guidance notes (PSG) to achieve regulatory compliance, this will include SEMD projects and any other security upgrades undertaken by Thames Water or on behalf of Thames Water. The framework will also include the option for detailed design and commissioning support.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years."
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on an annual basis for a maximum further 4 years."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79700000",
"description": "Investigation and security services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water region."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As detailed in the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in section VI.3 & PQQ."
},
"submissionTerms": {
"depositsGuarantees": "Bonds and/or Parent Company Guarantees of performance and financial standing may be required.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"contractTerms": {
"financialTerms": "Specified in Invitation to Negotiate Document.",
"tendererLegalForm": "Consortia may be required to form a legal entity 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
}
},
"secondStage": {
"successiveReduction": true
},
"tenderPeriod": {
"endDate": "2021-08-05T12:00:00+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 (SI 2016 No 274) 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 4 and 8 years dependent on contractor's performance during the initial framework duration and any extension period."
}
},
"parties": [
{
"id": "GB-FTS-3198",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED"
},
"address": {
"streetAddress": "RG1 8DB",
"locality": "Reading",
"region": "UKJ",
"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": "http://www.thameswater.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-3199",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-12073",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED"
},
"address": {
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 8DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.thameswater.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-48835",
"name": "Critec Group Ltd",
"identifier": {
"legalName": "Critec Group Ltd"
},
"address": {
"locality": "HEYWOOD",
"region": "UKD3",
"postalCode": "OL10 2NN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-12073",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en",
"awards": [
{
"id": "008991-2022-CP0032-1",
"relatedLots": [
"1"
],
"title": "Security Definition and Outline Design",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48835",
"name": "Critec Group Ltd"
}
]
}
],
"contracts": [
{
"id": "008991-2022-CP0032-1",
"awardID": "008991-2022-CP0032-1",
"title": "Security Definition and Outline Design",
"status": "active",
"dateSigned": "2022-03-07T00:00:00Z"
}
]
}