Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/044216-2025
30th July 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/011056-2025
25th March 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010304-2025
20th March 2025 - Tender notice on Find a Tender
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-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"
}
]
}
]
}