Award

Security Patrol and Response

THAMES WATER UTILITIES LIMITED

This public procurement record has 3 releases in its history.

Award

30 Jul 2025 at 11:07

TenderUpdate

25 Mar 2025 at 10:38

Tender

20 Mar 2025 at 09:37

Summary of the contracting process

Thames Water Utilities Limited, a private utility company, is overseeing a procurement process for a "Security Patrol and Response" service. The contract, valued at £72 million, involves providing comprehensive security services including 24/7 patrols and rapid incident response for critical assets across London and the Thames Valley. The procurement process employs a selective method under a competitive flexible procedure, with the procurement stage currently marked as 'complete'. Key dates include the award notice date of 30th July 2025, with the contract set to commence on 12th August 2025 and run initially for three years, extendable up to a maximum of eight years. The industry category focuses on security services, essential for compliance with SEMD (Security & Emergency Measures Direction) and PSG (Protective Security Guidance).

This procurement presents significant opportunities for business growth, particularly for firms specialising in security services with capabilities in proactive security measures and rapid incident response. Companies that can provide sophisticated security solutions, including trained personnel and the latest in communications and response equipment, will find this tender especially suitable. It's an advantageous opportunity for large-scale businesses ready to deploy resources effectively across the specified regions, while small and medium enterprises (SMEs) meeting the suitability criteria might also find it a pathway to expand their operations within this critical sector. The competitive flexible procedure means businesses with superior technical and commercial propositions stand a high chance of success, fostering innovation and standard-setting within security services.

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 Patrol and Response

Notice 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.

Lot Information

Lot 1

Options: 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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ef77
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/044216-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
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
£72,000,000 £10M-£100M
Lots Value
£72,000,000 £10M-£100M
Awards Value
£72,000,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jul 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
29 Jul 20256 months ago
Contract Period
11 Aug 2025 - 10 Aug 2028 2-3 years
Recurrence
2033-07-01

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Not specified
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

FIRST RESPONSE GROUP

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-04ef77-2025-07-30T12:07:49+01:00",
    "date": "2025-07-30T12:07:49+01:00",
    "ocid": "ocds-h6vhtk-04ef77",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366661"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNQQ-4647-DTCV"
                }
            ],
            "address": {
                "streetAddress": "Clearwater Court",
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "procurement.support.centre@thameswater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-06263326",
            "name": "FIRST RESPONSE GROUP LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06263326"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPWR-4812-RLJD"
                }
            ],
            "address": {
                "streetAddress": "Unit 2 Gemini Business Park",
                "locality": "Leeds",
                "postalCode": "LS7 3JB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "bidsandtenders@firstresponsegroup.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.firstresponsegroup.com",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "tender": {
        "id": "FA2228",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Security Patrol and Response",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 72000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Suppliers' PSQ submissions will be scored and shortlisted in accordance with the criteria set out within the PSQ documentation, and the suppliers that are shortlisted will be invited to submit a proposal in response to the ITN. After tenders have been submitted, evaluated and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "Suppliers that are shortlisted from the PSQ stage will be invited to submit a proposal in response to the ITN, including details of the pricing they are submitting. After tenders have been submitted, evaluated and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document. Full details of the process that will be followed are provided within the PSQ and ITN documents."
            }
        },
        "submissionMethodDetails": "To gain access for this procurement exercise, please click on the link below, and provided the requested details. You will then be given access. https://forms.office.com/e/Y8SuEkkSfx",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-04-14T10:00:00+01:00",
        "awardPeriod": {
            "endDate": "2025-06-27T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 72000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-07-01T00:00:00+01:00",
                    "endDate": "2028-07-01T23:59:59+01:00",
                    "maxExtentDate": "2033-07-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "010304-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010304-2025",
                "datePublished": "2025-03-20T09:37:17Z",
                "format": "text/html"
            },
            {
                "id": "011056-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011056-2025",
                "datePublished": "2025-03-25T10:38:43Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2033-07-01T23:59:59+01:00"
                }
            ]
        },
        "amendments": [
            {
                "id": "011056-2025",
                "description": "Please note this is not a Framework Agreement, but is a Term Services agreement, and the notice has been changed to reflect this."
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "title": "Security Patrol and Response",
            "status": "pending",
            "date": "2025-07-30T00:00:00+01:00",
            "value": {
                "amountGross": 72000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-06263326",
                    "name": "FIRST RESPONSE GROUP LTD"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79710000",
                            "description": "Security services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKJ",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-08-11T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-08-12T00:00:00+01:00",
                "endDate": "2028-08-10T23:59:59+01:00",
                "maxExtentDate": "2033-08-10T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "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."
            },
            "hasOptions": true,
            "options": {
                "description": "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."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "044216-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/044216-2025",
                    "datePublished": "2025-07-30T12:07:49+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-07-30T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-08-12T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}