Notice Information
Notice Title
PA23 - UK4 - Tender Notice
Notice Description
Scope of Services 1. Background Southern Water (SW) is re tendering its existing Apprenticeships Framework under Procurement Act 2023 rules and separately running a procurement for Lots 6a and 6b - these lots will be part of the Apprenticeships Framework prj_7318. The new scope reflects: * Removal of apprenticeship standards that no longer align with business needs * Continued delivery of high uptake programmes supporting operational and strategic workforce planning across SW and requirements for AMP8. 2. Purpose and Objectives The aim of this procurement is to appoint suitably qualified Framework Partners capable of delivering Skills England approved Apprenticeship Standards across multiple SW operational areas. Objectives: * Establish a compliant, high-quality framework for levy-funded apprenticeship delivery * Provide SW with access to current, industry-relevant apprenticeship standards * Support technical capability growth across Engineering, Operations and related fields * Ensure training aligns with Skills England occupational maps and updated national skills priorities * Ensure that provider hubs are strategically located to reduce the amount of travel for Apprentices * Ensure that provider hubs have the correct infrastructure and equipment required for the provision of the standards listed in the scope of this tender * Ensure that providers have standard programmes ready to start in September 2026 3. Scope of Services SW intends to establish a multi-supplier, multi-lot framework for the delivery of apprenticeship standards from Level 2 to Level 7 (wider framework). SW reserves the right to add or retire standards during the Framework Term to match updates published by Skills England, which now manages apprenticeship standards, revisions and occupational maps for England. 3.1 Lot Structure Lot 6a Engineering & Manufacturing - Engineering Maintenance Technician Level 3 Lot 6b Engineering & Manufacturing - Water Industry Asset Maintenance Technician (Level 3) - Water industry network technician Level 3, - Water industry treatment process technician level 3 - Water network operative Level 2, - Water process operative Level 2, - Water treatment technician level 3 3.2 Geographic Coverage & Delivery Model Providers must demonstrate capability to deliver: * Apprenticeships program ready to start in September 2026 * Across multiple regions UK wide and within the SW operational footprint * With maximum apprentice travel time of 1 hour to training facilities * With at least one delivery point available across Sussex, Kent, Hampshire and Isle of Wight * Face to face learning where required by the apprenticeship standard * Hybrid/remote delivery where appropriate and compliant with ESFA funding rules 3.3 Training Facilities & Infrastructure Providers must maintain access to: * Mechanical, electrical, instrumentation, and control training equipment * Engineering workshops, machinery and bays * Capacity to deliver all mandatory practical components of the standards * Business continuity arrangements to ensure uninterrupted delivery Providers may be required to deliver training at SW premises for joint water sector cohorts where required. 4. Framework Duration & Operation * Initial Term: 3 years * Optional extensions: Up to 6 years total (2 + 1 increments) * Call off mechanisms: o Mini Competition o Direct Award (where compliant with criteria) * Provider onboarding, continuous compliance checks and performance management form part of framework governance 5. Funding & Compliance Requirements Providers must comply with: * ESFA Apprenticeship Funding Rules (2026 and successors) * Growth & Skills Levy rules * Skills England-approved apprenticeship standards and assessment plans * Ofsted Education Inspection Framework (EIF) * Prevent Duty, Safeguarding, KCSIE * EPAO requirements and funding band caps Mandatory obligations: * Clear cost breakdown aligned to Skills England funding band limits * Full compliance with off the job training requirements * Transparent EPA cost structure within ESFA maximum thresholds * Adherence to subcontracting rules where used 6. Quality Assurance & Performance Monitoring Minimum requirements: * Ofsted Rating: "Good" or above (RI considered case by case) o Two consecutive RI outcomes = non compliance * Safeguarding must be rated "Met" * Demonstrable QA aligned to Ofsted EIF * Quarterly performance reviews covering: o Progress, attendance, risk indicators o OTJT tracking o Achievement rates (classified by Distinction/Merit/Pass) o Employer and learner satisfaction o Withdrawals and retention patterns * Annual quality audit reviewing delivery, safeguarding, data, staff qualifications and curriculum relevance 7. Data & Reporting Requirements Providers must submit quarterly data on: * Learner starts, progress, completions, withdrawals * Off The Job Training delivery against plan * Attendance and punctuality * EPA readiness Additional requirements: * GDPR compliant data management * Secure data exchange methods * Compatibility with SW digital/HR systems where required * Compliance with ESFA Individualised Learner Record (ILR) standards 8. Employer Responsibilities (Southern Water) Southern Water will: * Assign workplace mentors and supervisors * Provide equipment and on site learning opportunities * Allow and support OTJT within working hours * Participate in tripartite progress reviews * Ensure a safe working environment 9. Training Provider Responsibilities Providers must: * Deliver structured learning in line with Skills England approved standards * Provide face to face, hybrid and remote delivery where appropriate * Be fully ready for learner onboarding September 2026 * Maintain up to date progress tracking * Conduct regular tripartite reviews * Prepare learners for EPA with mock assessments * Liaise with EPAOs and manage gateway/EPA processes * Maintain qualified delivery staff and relevant industrial expertise 10. Assessment Requirements Every standard must include: * Portfolio of evidence and practical logbooks * Mandatory qualifications (as required by Skills England) * Gateway review checklist * EPA delivered by a registered EPAO, including (where applicable): o Knowledge exams o Practical observation o Professional discussion o Project submission 11. Procurement Process (PA23-Compliant) This Framework is procured under the Competitive Flexible Procedure in accordance with the Procurement Act 2023, Utilities - Light Touch Regime. Rules: * Submission of a tender constitutes acceptance of the Framework
Lot Information
Engineering & Manufacturing
Engineering Maintenance Technician Level 3 (standard)
Options: SW reserves the right to add and/ or remove standards depending on business needs
Renewal: Option to extend 2+1 (to a total of 6 years)
Engineering & Manufacturing (w)Standards in this lot Water Industry Asset Maintenance Technician (Level 3) Water industry network technician Level 3, Water industry treatment process technician level 3 Water network operative Level 2, Water process operative Level 2, Water treatment technician level 3
Options: SW reserves the right to add and/ or remove standards depending on business needs
Renewal: Option to extend 2+1 (to a total of 6 years)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06716a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026279-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80500000 - Training services
80510000 - Specialist training services
80530000 - Vocational training services
Notice Value(s)
- Tender Value
- £3,600,000 £1M-£10M
- Lots Value
- £2,600,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Mar 20261 weeks ago
- Submission Deadline
- 7 Apr 20262 days to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 18 Jul 2026 - 19 Jul 2029 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
- SOUTHERN WATER SERVICES LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WORTHING
- Postcode
- BN13 3NX
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ27 West Sussex (South West)
- Delivery Location
- TLJ22 East Sussex CC, TLJ27 West Sussex (South West), TLJ28 West Sussex (North East), TLJ3 Hampshire and Isle of Wight, TLJ4 Kent
-
- Local Authority
- Worthing
- Electoral Ward
- Northbrook
- Westminster Constituency
- Worthing West
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/026279-2026
23rd March 2026 - 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-06716a-2026-03-23T13:40:11Z",
"date": "2026-03-23T13:40:11Z",
"ocid": "ocds-h6vhtk-06716a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PBJQ-2231-ZRPG",
"name": "Southern Water Services Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PBJQ-2231-ZRPG"
},
"address": {
"streetAddress": "Southern Water, Southern House",
"locality": "Worthing",
"postalCode": "Bn13 3NX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ27"
},
"contactPoint": {
"email": "antonia.odonovan@southernwater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southernwater.co.uk",
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBJQ-2231-ZRPG",
"name": "Southern Water Services Limited"
},
"tender": {
"id": "Prj_8082",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "PA23 - UK4 - Tender Notice",
"description": "Scope of Services 1. Background Southern Water (SW) is re tendering its existing Apprenticeships Framework under Procurement Act 2023 rules and separately running a procurement for Lots 6a and 6b - these lots will be part of the Apprenticeships Framework prj_7318. The new scope reflects: * Removal of apprenticeship standards that no longer align with business needs * Continued delivery of high uptake programmes supporting operational and strategic workforce planning across SW and requirements for AMP8. 2. Purpose and Objectives The aim of this procurement is to appoint suitably qualified Framework Partners capable of delivering Skills England approved Apprenticeship Standards across multiple SW operational areas. Objectives: * Establish a compliant, high-quality framework for levy-funded apprenticeship delivery * Provide SW with access to current, industry-relevant apprenticeship standards * Support technical capability growth across Engineering, Operations and related fields * Ensure training aligns with Skills England occupational maps and updated national skills priorities * Ensure that provider hubs are strategically located to reduce the amount of travel for Apprentices * Ensure that provider hubs have the correct infrastructure and equipment required for the provision of the standards listed in the scope of this tender * Ensure that providers have standard programmes ready to start in September 2026 3. Scope of Services SW intends to establish a multi-supplier, multi-lot framework for the delivery of apprenticeship standards from Level 2 to Level 7 (wider framework). SW reserves the right to add or retire standards during the Framework Term to match updates published by Skills England, which now manages apprenticeship standards, revisions and occupational maps for England. 3.1 Lot Structure Lot 6a Engineering & Manufacturing - Engineering Maintenance Technician Level 3 Lot 6b Engineering & Manufacturing - Water Industry Asset Maintenance Technician (Level 3) - Water industry network technician Level 3, - Water industry treatment process technician level 3 - Water network operative Level 2, - Water process operative Level 2, - Water treatment technician level 3 3.2 Geographic Coverage & Delivery Model Providers must demonstrate capability to deliver: * Apprenticeships program ready to start in September 2026 * Across multiple regions UK wide and within the SW operational footprint * With maximum apprentice travel time of 1 hour to training facilities * With at least one delivery point available across Sussex, Kent, Hampshire and Isle of Wight * Face to face learning where required by the apprenticeship standard * Hybrid/remote delivery where appropriate and compliant with ESFA funding rules 3.3 Training Facilities & Infrastructure Providers must maintain access to: * Mechanical, electrical, instrumentation, and control training equipment * Engineering workshops, machinery and bays * Capacity to deliver all mandatory practical components of the standards * Business continuity arrangements to ensure uninterrupted delivery Providers may be required to deliver training at SW premises for joint water sector cohorts where required. 4. Framework Duration & Operation * Initial Term: 3 years * Optional extensions: Up to 6 years total (2 + 1 increments) * Call off mechanisms: o Mini Competition o Direct Award (where compliant with criteria) * Provider onboarding, continuous compliance checks and performance management form part of framework governance 5. Funding & Compliance Requirements Providers must comply with: * ESFA Apprenticeship Funding Rules (2026 and successors) * Growth & Skills Levy rules * Skills England-approved apprenticeship standards and assessment plans * Ofsted Education Inspection Framework (EIF) * Prevent Duty, Safeguarding, KCSIE * EPAO requirements and funding band caps Mandatory obligations: * Clear cost breakdown aligned to Skills England funding band limits * Full compliance with off the job training requirements * Transparent EPA cost structure within ESFA maximum thresholds * Adherence to subcontracting rules where used 6. Quality Assurance & Performance Monitoring Minimum requirements: * Ofsted Rating: \"Good\" or above (RI considered case by case) o Two consecutive RI outcomes = non compliance * Safeguarding must be rated \"Met\" * Demonstrable QA aligned to Ofsted EIF * Quarterly performance reviews covering: o Progress, attendance, risk indicators o OTJT tracking o Achievement rates (classified by Distinction/Merit/Pass) o Employer and learner satisfaction o Withdrawals and retention patterns * Annual quality audit reviewing delivery, safeguarding, data, staff qualifications and curriculum relevance 7. Data & Reporting Requirements Providers must submit quarterly data on: * Learner starts, progress, completions, withdrawals * Off The Job Training delivery against plan * Attendance and punctuality * EPA readiness Additional requirements: * GDPR compliant data management * Secure data exchange methods * Compatibility with SW digital/HR systems where required * Compliance with ESFA Individualised Learner Record (ILR) standards 8. Employer Responsibilities (Southern Water) Southern Water will: * Assign workplace mentors and supervisors * Provide equipment and on site learning opportunities * Allow and support OTJT within working hours * Participate in tripartite progress reviews * Ensure a safe working environment 9. Training Provider Responsibilities Providers must: * Deliver structured learning in line with Skills England approved standards * Provide face to face, hybrid and remote delivery where appropriate * Be fully ready for learner onboarding September 2026 * Maintain up to date progress tracking * Conduct regular tripartite reviews * Prepare learners for EPA with mock assessments * Liaise with EPAOs and manage gateway/EPA processes * Maintain qualified delivery staff and relevant industrial expertise 10. Assessment Requirements Every standard must include: * Portfolio of evidence and practical logbooks * Mandatory qualifications (as required by Skills England) * Gateway review checklist * EPA delivered by a registered EPAO, including (where applicable): o Knowledge exams o Practical observation o Professional discussion o Project submission 11. Procurement Process (PA23-Compliant) This Framework is procured under the Competitive Flexible Procedure in accordance with the Procurement Act 2023, Utilities - Light Touch Regime. Rules: * Submission of a tender constitutes acceptance of the Framework",
"status": "active",
"items": [
{
"id": "6a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "80510000",
"description": "Specialist training services"
},
{
"scheme": "CPV",
"id": "80530000",
"description": "Vocational training services"
}
],
"deliveryAddresses": [
{
"region": "UKJ4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ27",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ28",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6a"
},
{
"id": "6b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "80510000",
"description": "Specialist training services"
},
{
"scheme": "CPV",
"id": "80530000",
"description": "Vocational training services"
}
],
"deliveryAddresses": [
{
"region": "UKJ4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ27",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ28",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6b"
}
],
"value": {
"amountGross": 4320000,
"amount": 3600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Light touch contract",
"features": "Southern Water intends to award a multi lotted open framework with limited number of suppliers on each lot using the Competitive Flexible Procedure under the Procurement Act 2023, Light Touch Regime. This procurement process will be run in accordance with the Procurement Act 2023 (\"PA23\") under Light Touch Regime using the Competitive Flexible Procedure. The Light Touch Regime, applicable to this Apprenticeships Framework, affords a little more procedural flexibility. The procedure designed by SWS, and detailed in this IITT, will apply the core principles of the Act, including transparency, fairness, and equal treatment for potential bidders and aims to ensure value for money and to support open competition, while allowing flexibility to meet the specific needs of apprenticeship delivery. This procurement is part of an overarching Framework tender - which the PQQ stage is currently under evaluation Prj_7318 Apprenticeships Framework . Changes have been made to the oroginal lotting structure - one lot was closed (lot 9) and one lot was withdrawn and being advertised here as lots 6a and 6b - and the scope document, this procurement will run on a separate timeline under Prj_8082. Stage 1 Pre-Qualification (PQQ) All interested tenderers are invited to submit a response to the Pre-Qualification Questionnaire, by completing all the sections within the questionnaire and providing all the requested information. As indtructed in the IITT document (published within the tender documentation). Failure to provide all the required information will deem the response non-compliant and it will not be evaluated. The Tenderer will be required to accept the Terms and Conditions in the Framework Agreement. Tenderers should note that SWS reserves the right to reject a tender submission if the terms and conditions of contract are not agreed between SWS and the Tenderer within a reasonable period. Such period to be determined at the sole discretion of SWS. SWS additionally reserves the right to not award the Framework to any Tenderer. In this stage of the Procurement tenderers will be provided with all the relevant pre- qualification information. Interested bidders must submit a response using the SW sourcing portal by the deadline advertised. Commercial evaluation criteria will be provided to all successfull bidders at ITT stage. Any ITT information provided at this stage is for information only. Stage 2 - ITT Only shortlisted tenderers will receive an Invitation To Tender Shortlisted tenderers will be invited to respond to the ITT technical questions, may be required to attend a presentation (where applicable), and as well as to provide a commercial response as part of their tender submission, in alignment with the costing structure provided in the e-sourcing portal. The SW team may require to carry out site visits to verify the suitability of provider's training facilities for the purpose of clarifying tender responses and to assist in the moderation of score allocation as further detailed in Section 8 of the IITT. Commercial envelope evaluation comprises an initial submission in alignment with the costing structure provided in the e-sourcing platform. All Commercial evaluation details will be provided at ITT stage. The SW team may carry out site visits to verify suitability of provider's training facilities for the purpose of clarifying tender responses and to assist in the moderation of score allocation as further detailed in Section 8 of the IITT. For any clarifications during the ITT phase, you are reminded to only use the message function of the SWS e-sourcing tool, Bravo, using the help and instructions provided on the home page as needed. During the ITT evaluation period SWS's Procurement team may contact the Tenderers should queries arise related to the ITT response. Detailed ITT instructions will be submitted to successful tenderers after PQQ evaluations SWS reserves the right but is under no obligation to re-visit evaluation scoring. Potential Tenderers please note that whilst every effort has been made to ensure that full documentation is provided with the Tender Notice, SWS reserves the right under Section 31 of PA23 to make modifications to the terms of a covered procurement, relating to: * Conditions of participation * Award criteria * Requirements of the competitive tendering procedure Provided that the modifications are in accordance with the provisions of PA23. SWS will ensure that following any such modifications, it will: - Revise any applicable timescales (where required) as a result of such modification, and - notify the participating suppliers of such changes, where a participation period applies. Tenderers will have 15 days to submit a response to the PQQ stage. All communications regarding this procurement must be conducted via the Jaggaer sourcing portal messaging system. It is the tenderers sole responsibility to familiarise themselves with the functionality of the Jaggaer system and ensure that their bid is submitted in the correct format by the deadline set within the tender documentation. Should they have any queries regarding the Jaggaer system, tenderers are advised to contact Jaggaer Support directly."
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch",
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "This procurement process will be run in accordance with the Procurement Act 2023 (\"PA23\") under Light Touch Regime using the Competitive Flexible Procedure. The Light Touch Regime, applicable to this Apprenticeships Framework, affords a little more procedural flexibility. The procedure designed by SWS, and detailed in the IITT document, will apply the core principles of the Act, including transparency, fairness, and equal treatment for potential bidders and aims to ensure value for money and to support open competition, while allowing flexibility to meet the specific needs of apprenticeship delivery. The total price for each apprenticeship will be based on the applicable funding band set by the Skills & Growth Levy. This price includes all on-programme training and End-Point Assessment and must not exceed the funding band maximum. Additional information on each individual Apprenticeship standard can be found here: https://skillsengland.education.gov.uk/apprenticeships/ There will be one PQQ envelope for each lot that will qualify Tenderers into the Invitation to Tender (\"ITT\") stage of the procurement process - subject to tenderers meeting the minimum requirement of the *PQQ Technical Criteria Evaluation Method defined in this IITT. Tenderers must indicate in the PQQ the Lots they are bidding and which standards they are able to deliver within each of the lots they are bidding for - Tenderers will have to follow this procedure also for lot 6a, which only has 1 standard for the avoidance of doubt. There will be no predetermined maximum number of suppliers admitted to each lot but it is SW's intention to have at least one supplier in each of the SW regional areas Sussex, Kent, Hampshire and Isle of Wight. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage. SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot. Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated. 1. Process to shortlist suppliers to ITT - Evaluation of the Tenderer's PQQ submission The process for shortlisting potential bidders to be invited to tender following PQQ stage, shall be as follows:- a) Tenderers shall pass the qualification questions in the PQQ - this is made of a Standard Mandatory section and a Technical questions envelope. b) Remaining Tenderers shall have their answers to the PQQ Technical Questions, scored in accordance with the Scoring Criteria. c) These scores will then be moderated. d) Tenderers shall be excluded for the following: i. If they scored a 0 in any question ii. If they have a total technical score below 50 e) Of the remaining tenderers the higher scorers shall be taken through to ITT in accordance with the selection approach in section 4 at SW's discretion to ensure enough coverage to meet the business need. f) If the number of tenderers bidding at ITT is low for each lot, then this number will be taken through. g) Where there is a tie in scores on the lowest qualifying tenderer then the additional tied-score tenderer(s) may be taken through. For awarding a tenderer a place on the framework - Evaluation of the Tenderer's Bid Submission Tender Evaluation For multi supplier Lots: a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT. b) These scores will then be moderated by SWS' evaluation team. c) Tenderers with total technical scores of less than 50 shall be excluded. d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied: i. capacity to cover all or some of the standards in the lots bided for ii. iii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for; Within the tender evaluation stage of the process, Tenderers will be scored against the evaluation criteria, as outlined in section 8 of the IITT document. Each question within the e-sourcing portal will have instructions about how to respond to the question or what evidence to upload. These instructions must be adhered to when creating any response to this opportunity. Each question will outline how SWS will score the responses against any evaluation criteria. Tenderers must provide a commercial response as part of their tender submission, in alignment with the costing structure will be provided to successful tenderers at ITT stage. The ITT questions are provided within the tender documentation for information only Award Procedures: If Southern Water wishes to source Services through this Framework Agreement, it may do so by entering into a Call-Off Contract in accordance with the procedures set out in clause 5 of the Framework Agreement document. Direct Award Procedure Subject to clause 5.3 (and provided the conditions in clause 5.2 and Schedule 2, Part 2 have been met), where Southern Water wishes to award a Call-Off Contract under this Framework Agreement without undertaking the further competition procedure set out in clause 5.5 of the Framework Agreement document. Further Competition Award Procedure (mini-competitions) 5.5 5.6 5.7 Subject to the specific process described in clause 5.2, Southern Water may undertake a further competition in order to award a Call-Off Contract under this Framework Agreement."
}
},
"submissionMethodDetails": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://southernwater.bravosolution.co.uk/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://southernwater.bravosolution.co.uk Tenders or requests to participate must be submitted to the above-mentioned address If you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier. For more information on how to register, please follow the below link: how to register on the CDP",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-07T10:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-27T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-06-12T23:59:59+01:00"
},
"lots": [
{
"id": "6a",
"title": "Engineering & Manufacturing",
"description": "Engineering Maintenance Technician Level 3 (standard)",
"status": "active",
"value": {
"amountGross": 2760000,
"amount": 2300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-07-19T00:00:00+01:00",
"endDate": "2029-07-19T23:59:59+01:00",
"maxExtentDate": "2032-07-19T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend 2+1 (to a total of 6 years)"
},
"hasOptions": true,
"options": {
"description": "SW reserves the right to add and/ or remove standards depending on business needs"
}
},
{
"id": "6b",
"title": "Engineering & Manufacturing (w)",
"description": "Standards in this lot Water Industry Asset Maintenance Technician (Level 3) Water industry network technician Level 3, Water industry treatment process technician level 3 Water network operative Level 2, Water process operative Level 2, Water treatment technician level 3",
"status": "active",
"value": {
"amountGross": 360000,
"amount": 300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-07-19T00:00:00+01:00",
"endDate": "2029-07-19T23:59:59+01:00",
"maxExtentDate": "2032-07-19T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend 2+1 (to a total of 6 years)"
},
"hasOptions": true,
"options": {
"description": "SW reserves the right to add and/ or remove standards depending on business needs"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "026279-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/026279-2026",
"datePublished": "2026-03-23T13:40:11Z",
"format": "text/html"
}
]
},
"language": "en"
}