Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/062116-2025
3rd October 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-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"
}