← Back to opportunities

Security Patrol and Response

THAMES WATER UTILITIES LIMITED

Buyer Contact Info

Buyer Name: THAMES WATER UTILITIES LIMITED

Buyer Address: Clearwater Court, Reading, UKJ11, RG1 8DB, United Kingdom

Contact Email: procurement.support.centre@thameswater.co.uk

Status
complete
Procedure
selective
Value
72000000.0 GBP
Published
30 Jul 2025, 11:07
Deadline
n/a
Contract Start
11 Aug 2025, 23:00
Contract End
10 Aug 2028, 22:59
Category
n/a
CPV
79710000 - Security services
Region
n/a
Awarded To
FIRST RESPONSE GROUP LTD
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 1 Status: complete

Awards

Award Title: Security Patrol and Response

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "aboveThreshold": true,
      "assessmentSummariesDateSent": "2025-07-30T00:00:00+01:00",
      "contractPeriod": {
        "endDate": "2028-08-10T23:59:59+01:00",
        "maxExtentDate": "2033-08-10T23:59:59+01:00",
        "startDate": "2025-08-12T00:00:00+01:00"
      },
      "date": "2025-07-30T00:00:00+01:00",
      "documents": [
        {
          "datePublished": "2025-07-30T12:07:49+01:00",
          "description": "Contract award notice on Find a Tender",
          "documentType": "awardNotice",
          "format": "text/html",
          "id": "044216-2025",
          "noticeType": "UK6",
          "url": "https://www.find-tender.service.gov.uk/Notice/044216-2025"
        }
      ],
      "hasOptions": true,
      "hasRenewal": true,
      "id": "1",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Security services",
              "id": "79710000",
              "scheme": "CPV"
            }
          ],
          "deliveryAddresses": [
            {
              "country": "GB",
              "countryName": "United Kingdom",
              "region": "UKI"
            },
            {
              "country": "GB",
              "countryName": "United Kingdom",
              "region": "UKJ"
            }
          ],
          "id": "1",
          "relatedLot": "1"
        }
      ],
      "mainProcurementCategory": "services",
      "milestones": [
        {
          "dueDate": "2025-08-12T23:59:59+01:00",
          "id": "1",
          "status": "scheduled",
          "type": "futureSignatureDate"
        }
      ],
      "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"
      ],
      "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."
      },
      "standstillPeriod": {
        "endDate": "2025-08-11T23:59:59+01:00"
      },
      "status": "pending",
      "suppliers": [
        {
          "id": "GB-COH-06263326",
          "name": "FIRST RESPONSE GROUP LTD"
        }
      ],
      "title": "Security Patrol and Response",
      "value": {
        "amountGross": 72000000,
        "currency": "GBP"
      }
    }
  ],
  "buyer": {
    "id": "GB-COH-02366661",
    "name": "THAMES WATER UTILITIES LIMITED"
  },
  "date": "2025-07-30T12:07:49+01:00",
  "id": "044216-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04ef77",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PNQQ-4647-DTCV",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Reading",
        "postalCode": "RG1 8DB",
        "region": "UKJ11",
        "streetAddress": "Clearwater Court"
      },
      "contactPoint": {
        "email": "procurement.support.centre@thameswater.co.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Private utility",
            "id": "privateUtility",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-COH-02366661",
      "identifier": {
        "id": "02366661",
        "scheme": "GB-COH"
      },
      "name": "THAMES WATER UTILITIES LIMITED",
      "roles": [
        "buyer"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PPWR-4812-RLJD",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Leeds",
        "postalCode": "LS7 3JB",
        "region": "UKE42",
        "streetAddress": "Unit 2 Gemini Business Park"
      },
      "contactPoint": {
        "email": "bidsandtenders@firstresponsegroup.com"
      },
      "details": {
        "publicServiceMissionOrganization": false,
        "scale": "large",
        "shelteredWorkshop": false,
        "url": "http://www.firstresponsegroup.com",
        "vcse": false
      },
      "id": "GB-COH-06263326",
      "identifier": {
        "id": "06263326",
        "scheme": "GB-COH"
      },
      "name": "FIRST RESPONSE GROUP LTD",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "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 \u0026 Emergency Measures Direction) and PSG (Protective Security Guidance). To ensure compliance, we are required to patrol our critical assets and have sufficient planned\nresponse for incidents, and resource must be trained to respond to worst case scenarios.\nThe 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\nadequately trained in incident response, enhanced physical intervention, conflict management, etc. The supplier will also need to coordinate their staff/vehicles across our region (London \u0026 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).\nOur key priorities and expectations for this agreement include: Security Resilience \u0026 Assurance to improve protection of our sites and more capable response to alarms/incidents; Compliance with SEMD \u0026 PSG regs; Health, Safety \u0026 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.",
    "id": "FA2228",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "1",
        "status": "complete"
      }
    ],
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "utilities"
    ],
    "status": "complete",
    "title": "Security Patrol and Response"
  }
}