Notice Information
Notice Title
Water Supply and Services Framework
Notice Description
The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations. The framework will address the provision of services that facilitate the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services. The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at: https://www.dukefieldenergy.co.uk/fts-eligible-users There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.
Lot Information
Lot 1
The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations. The framework will address the provision of the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services. The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at: https://www.dukefieldenergy.co.uk/fts-eligible-users There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.
Options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e42d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030815-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
38421100 - Water meters
39370000 - Water installations
42122130 - Water pumps
50411100 - Repair and maintenance services of water meters
60600000 - Water transport services
65100000 - Water distribution and related services
71314000 - Energy and related services
71631430 - Leak-testing services
71800000 - Consulting services for water-supply and waste consultancy
90713100 - Consulting services for water-supply and waste-water other than for construction
Notice Value(s)
- Tender Value
- £400,000,000 £100M-£1B
- Lots Value
- £400,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £400,000,000 £100M-£1B
Notice Dates
- Publication Date
- 9 Jun 20258 months ago
- Submission Deadline
- 24 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Apr 202510 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SURREY COUNTY COUNCIL
- Additional Buyers
- Contact Name
- Chloe Sharpe, Steve Davies
- Contact Email
- chloe.sharpe2@reading.gov.uk, steve.davies@dukefieldprocurement.co.uk
- Contact Phone
- +44 7966040564
Buyer Location
- Locality
- REIGATE
- Postcode
- RH2 8EF
- Post Town
- Redhill
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ26 East Surrey
- Delivery Location
- Not specified
-
- Local Authority
- Reigate and Banstead
- Electoral Ward
- South Park & Woodhatch
- Westminster Constituency
- Reigate
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-04e42d-2025-06-09T09:56:04+01:00",
"date": "2025-06-09T09:56:04+01:00",
"ocid": "ocds-h6vhtk-04e42d",
"description": "Surrey County Council's Internal Reference Number is SCC/DE/WATER/01. The framework is being delivered by Surrey County Council and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Energy Ltd are acting as agents of Surrey County Council in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the ProActis system at: https://supplierlive.proactisp2p.com/Account/Login The tender is available from the opportunities menu on the login page of the site. The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Surrey County Council expressly reserves the rights: (a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time; (b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation; (c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation; (d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable; (e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought; (f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely; (g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement; (h) the contracting authority will not be liable for any costs incurred by tenderers; (i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and (j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4). Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework: Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the framework for the purpose of calculating the maximum number of suppliers under the framework. The contracting authority will award a framework agreement to additional tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is sixth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04e42d",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Water Supply and Services Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "65100000",
"description": "Water distribution and related services"
},
"mainProcurementCategory": "services",
"description": "The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations. The framework will address the provision of services that facilitate the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services. The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at: https://www.dukefieldenergy.co.uk/fts-eligible-users There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Contracting Authority wishes to establish a Framework Agreement to meet the water supply and services needs of public sector organisations. The framework will address the provision of the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services. The framework will be open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at: https://www.dukefieldenergy.co.uk/fts-eligible-users There will be a single framework Lot. There will be a maximum of 6 suppliers awarded a place on the framework.",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38421100",
"description": "Water meters"
},
{
"scheme": "CPV",
"id": "39370000",
"description": "Water installations"
},
{
"scheme": "CPV",
"id": "42122130",
"description": "Water pumps"
},
{
"scheme": "CPV",
"id": "50411100",
"description": "Repair and maintenance services of water meters"
},
{
"scheme": "CPV",
"id": "60600000",
"description": "Water transport services"
},
{
"scheme": "CPV",
"id": "65100000",
"description": "Water distribution and related services"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "71631430",
"description": "Leak-testing services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "90713100",
"description": "Consulting services for water-supply and waste-water other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"tenderPeriod": {
"endDate": "2025-03-24T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-03-24T12:00:00Z"
},
"bidOpening": {
"date": "2025-03-24T12:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "Surrey County Council will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into."
},
"parties": [
{
"id": "GB-FTS-25267",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council"
},
"address": {
"streetAddress": "Woodhatch Place",
"locality": "Reigate",
"region": "UKJ25",
"postalCode": "RH2 8EF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "chloe.sharpe2@reading.gov.uk",
"url": "https://supplierlive.proactisp2p.com/Account/Login"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://supplierlive.proactisp2p.com/Account/Login",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-104017",
"name": "Dukefield Energy Limited",
"identifier": {
"legalName": "Dukefield Energy Limited"
},
"address": {
"streetAddress": "167 Chorley New Road",
"locality": "Bolton",
"region": "UKD3",
"postalCode": "BL1 4RA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Davies",
"telephone": "+44 7966040564",
"email": "steve.davies@dukefieldprocurement.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://supplierlive.proactisp2p.com/Account/Login"
}
},
{
"id": "GB-FTS-88579",
"name": "Court of Justice",
"identifier": {
"legalName": "Court of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-139224",
"name": "Surrey County Council",
"identifier": {
"legalName": "Surrey County Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Woodhatch Place, 11 Cockshot Hill",
"locality": "Reigate",
"region": "UKJ26",
"postalCode": "RH28EF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Chloe Sharpe",
"email": "chloe.sharpe2@reading.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://supplierlive.proactisp2p.com/Account/Login",
"buyerProfile": "https://supplierlive.proactisp2p.com/Account/Login",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-04151408",
"name": "Dukefield Energy Limited",
"identifier": {
"legalName": "Dukefield Energy Limited",
"id": "04151408",
"scheme": "GB-COH"
},
"address": {
"locality": "Bolton",
"region": "UKD3",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Davies",
"telephone": "+44 7966040564",
"email": "steve.davies@dukefieldprocurement.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://supplierlive.proactisp2p.com/Account/Login",
"buyerProfile": "https://supplierlive.proactisp2p.com/Account/Login"
}
},
{
"id": "GB-COH-SC475583",
"name": "Castle Water Limited",
"identifier": {
"legalName": "Castle Water Limited",
"id": "SC475583",
"scheme": "GB-COH"
},
"address": {
"locality": "Blairgowrie",
"region": "UKM",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-04141390",
"name": "Water Plus Limited",
"identifier": {
"legalName": "Water Plus Limited",
"id": "04141390",
"scheme": "GB-COH"
},
"address": {
"locality": "Stoke-on-Trent",
"region": "UKG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-139224",
"name": "Surrey County Council"
},
"language": "en",
"awards": [
{
"id": "030815-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-SC475583",
"name": "Castle Water Limited"
}
]
},
{
"id": "030815-2025-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-04141390",
"name": "Water Plus Limited"
}
]
}
],
"contracts": [
{
"id": "030815-2025-1",
"awardID": "030815-2025-1",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "030815-2025-2",
"awardID": "030815-2025-2",
"status": "active",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"dateSigned": "2025-04-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}