Tender

Thames Freeport Skills Programme - Capital Expenditure Funding

THAMES FREEPORT LIMITED

This public procurement record has 1 release in its history.

Tender

03 Oct 2025 at 11:32

Summary of the contracting process

Thames Freeport Limited is inviting bids for the 'Thames Freeport Skills Programme - Capital Expenditure Funding' with a focus on enhancing the capacity of the local skills and employment system. The procurement process is in the tender stage, and interested parties must submit their bids by the 17th of October 2025. This initiative, taking place in the UK, is geared towards public undertakings within the training services sector, aiming to address skills challenges and drive innovation and growth. The contract is expected to commence on the 19th of November 2025 and run until late 2028. Managed by Matt Hamnett & Associates Ltd acting as the contracting authority, the procurement will be conducted using a Competitive Flexible Procedure as outlined in the Public Procurement Act 2023.

This procurement presents significant opportunities for businesses specialising in education solutions, particularly in Further Education (FE) and Higher Education (HE), as well as those with expertise in sustainable construction. The project seeks to bolster service delivery in the Thames Freeport priority area, emphasising innovation and modern construction methods. SMEs and organisations with a strong track record in delivering high-quality training services, strategic project alignment, and social value initiatives are particularly well-positioned to benefit from this opportunity. The tender encourages competitive offers, providing ample prospects for business growth through collaboration and leveraging additional funding sources.

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

Thames Freeport Skills Programme - Capital Expenditure Funding

Notice Description

The Thames Freeport Skills Programme aims to build the capacity of the local skills and employment system to respond to the specific skills challenges and opportunities within the Thames Freeport area. The programme supports innovation, collaboration and growth in skills provision that aligns with the Freeport's wider ambitions to enhance productivity, drive inward investment and support local people to access high-quality jobs and careers. The fund is designed to support, improvement of existing facilities or development of new facilities in order to deliver innovative programmes to align with the Thames Freeport priorities. Applicants must clearly define the outcomes they intend to deliver as a result of the capex investment and explain how Thames Freeport Skills Programme funding will enable those outcomes to be achieved, as well as how other existing funding sources will be leveraged. Projects funded through this fund will be known collectively as the Thames Freeport Skills Programme. Following the recent procurement exercise no bids were successful for the for lot 3 - Capex investment to enhance local FE and HE capacity. We have therefore taken the decision to re-tender the lot as its own procurement using a Competitive Flexible Procedure (CFP). We are seeking bids that will enhance delivery capacity in either Further Education (FE) or Higher Education (HE), and in the TFP priority sector of sustainable construction, which may include the use of modern methods of construction. Further Details can be found in the attached document The ITT will be available through a central digital platform, as required under the Procurement Act 2023. This ensures transparency in procurement route and regulations applicable. The ITT will be published on the Find a Tender platform. In accordance with the Procurement Act 2023, notices and award details will be published on the Find a Tender platform. Contract KPIs, award notices, and performance tracking will also be disclosed where applicable. This procurement is being conducted by Matt Hamnett & Associates Ltd, trading as MH&A. Company number: 11197120. Registered address: 1a Kingsbury's Lane, Ringwood, England, BH24 1EL. MH&A will act as the Contracting Authority for the purposes of this procurement and will enter into contract(s) with the successful supplier(s). Due to administrative limitations, the procurement notice is being published via the Thames Freeport (TFP) buyer account on the UK Government's Find a Tender platform. This is to ensure compliance with public procurement regulations, as the funding for this contract is grant-funded and subject to public authority oversight. However, all procurement activities, including supplier engagement, evaluation, and contract award and any prevailing contracts are being administered by MH&A. Bidders should direct all communications, clarifications, and submissions as instructed in this notice and the procurement documents

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a7d3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/062116-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80500000 - Training services

Notice Value(s)

Tender Value
£416,666 £100K-£500K
Lots Value
£416,666 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20254 months ago
Submission Deadline
17 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Nov 2025 - 18 Nov 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THAMES FREEPORT LIMITED
Contact Name
Not specified
Contact Email
skills@thamesfreeport.com
Contact Phone
Not specified

Buyer Location

Locality
ESSEX
Postcode
RM18 7EH
Post Town
Romford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH32 Thurrock
Delivery Location
Not specified

Local Authority
Thurrock
Electoral Ward
Tilbury Riverside and Thurrock Park
Westminster Constituency
Thurrock

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-05a7d3-2025-10-03T12:32:42+01:00",
    "date": "2025-10-03T12:32:42+01:00",
    "ocid": "ocds-h6vhtk-05a7d3",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-14071669",
            "name": "THAMES FREEPORT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "14071669"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGTR-2821-XQNY"
                }
            ],
            "address": {
                "streetAddress": "Leslie Ford House",
                "locality": "Essex",
                "postalCode": "RM18 7EH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH32"
            },
            "contactPoint": {
                "email": "skills@thamesfreeport.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-14071669",
        "name": "THAMES FREEPORT LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-05a7d3",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Thames Freeport Skills Programme - Capital Expenditure Funding",
        "description": "The Thames Freeport Skills Programme aims to build the capacity of the local skills and employment system to respond to the specific skills challenges and opportunities within the Thames Freeport area. The programme supports innovation, collaboration and growth in skills provision that aligns with the Freeport's wider ambitions to enhance productivity, drive inward investment and support local people to access high-quality jobs and careers. The fund is designed to support, improvement of existing facilities or development of new facilities in order to deliver innovative programmes to align with the Thames Freeport priorities. Applicants must clearly define the outcomes they intend to deliver as a result of the capex investment and explain how Thames Freeport Skills Programme funding will enable those outcomes to be achieved, as well as how other existing funding sources will be leveraged. Projects funded through this fund will be known collectively as the Thames Freeport Skills Programme. Following the recent procurement exercise no bids were successful for the for lot 3 - Capex investment to enhance local FE and HE capacity. We have therefore taken the decision to re-tender the lot as its own procurement using a Competitive Flexible Procedure (CFP). We are seeking bids that will enhance delivery capacity in either Further Education (FE) or Higher Education (HE), and in the TFP priority sector of sustainable construction, which may include the use of modern methods of construction. Further Details can be found in the attached document The ITT will be available through a central digital platform, as required under the Procurement Act 2023. This ensures transparency in procurement route and regulations applicable. The ITT will be published on the Find a Tender platform. In accordance with the Procurement Act 2023, notices and award details will be published on the Find a Tender platform. Contract KPIs, award notices, and performance tracking will also be disclosed where applicable. This procurement is being conducted by Matt Hamnett & Associates Ltd, trading as MH&A. Company number: 11197120. Registered address: 1a Kingsbury's Lane, Ringwood, England, BH24 1EL. MH&A will act as the Contracting Authority for the purposes of this procurement and will enter into contract(s) with the successful supplier(s). Due to administrative limitations, the procurement notice is being published via the Thames Freeport (TFP) buyer account on the UK Government's Find a Tender platform. This is to ensure compliance with public procurement regulations, as the funding for this contract is grant-funded and subject to public authority oversight. However, all procurement activities, including supplier engagement, evaluation, and contract award and any prevailing contracts are being administered by MH&A. Bidders should direct all communications, clarifications, and submissions as instructed in this notice and the procurement documents",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 500000,
            "amount": 416666.67,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Pre-selected tenderers - utilities/not central government",
            "features": "This procurement is being conducted under the Competitive Flexible Procedure (CFP) in accordance with the Public Procurement Act 2023. The CFP allows contracting authorities to design and apply a procedure that is flexible, proportionate, and tailored to the nature and requirements of the procurement. The current process is structured as a single-stage ITT. However, the contracting authority reserves the right to introduce additional stages if considered necessary to ensure a fair, transparent, and robust assessment of bids. In particular, the authority may require: * Supplier Presentations - to allow bidders to present their proposals, demonstrate capability, and respond to clarifications. * Dialogue / Clarification Sessions - to explore specific aspects of the bids in further detail, address any uncertainties, and ensure that final tenders fully meet the stated requirements. Should these stages be introduced, all bidders who have submitted a compliant ITT response will be invited to participate, and sufficient notice will be provided. The contracting authority will ensure that any additional stages are conducted in a fair and transparent manner, with all bidders treated equally. Where further stages are introduced, the timelines and any score weighting adjustments will be communicated in advance and updated accordingly to reflect the revised evaluation process."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "skills@thamesfreeport.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-17T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-10T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-12T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 500000,
                    "amount": 416666.67,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Project rationale, outcomes and strategic alignment with Thames Freeport objectives Delivery capability and relevant track record Delivery plan",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Budget and value for money",
                            "description": "VfM narrative Budget (total cost)",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-19T00:00:00Z",
                    "endDate": "2028-11-18T23:59:59Z"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-5892",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5892",
                "format": "application/pdf"
            },
            {
                "id": "062116-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062116-2025",
                "datePublished": "2025-10-03T12:32:42+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}