Loading page content…
Loading page content…
7 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Havant Thicket Reservoir represents a flagship project to construct the first new strategic water resource, and corresponding pipeline, in the South-East for decades. Construction work started on the Havant Thicket Reservoir Project in 2023 and is due to be completed by 2029. The Project is socially, economically, and environmentally significant. It is the product of collaborative regional water planning particularly between Portsmouth Water and Southern Water and forms a key step in increasing water resilience in the South-East. This periodic indicative notice (PIN) is an invitation to express interest to participate in a market engagement exercise on the 16th October 2023 for the Project. Portsmouth Water are raising awareness to the upcoming opportunities on the Project for Works and Services related to two procurements: Procurement Package : Visitor Centre and Recreational Facilities (i) Design and construction of the Visitor Centre (ii) Design and construction of Recreational Facilities To register your interest in taking part of this market engagement exercise, please use the following link: https://portsmouthwater.app.jaggaer.com/web/login.html The registration deadline is 12/10/2023 at 17:30.
£8,659,000
Contract value
This procurement is to provide Portsmouth Water with a smart meter data network capable of securely and consistently transmitting Smart meter data and the provision of AMI Smart meter asset in accordance with Portsmouth Water’s Smart Deployment Plan. This is a mixed service and supply contract. The Contractor will provide smart meters for domestic and non-household connections, as well as managing the smart meter assets (including faults/failures and aftercare). The Contractor will be required to work in collaboration with Portsmouth Water’s smart meter installation Contractor, which is the subject of a separate procurement.
£40,000,000
Contract value
This procurement is to provide works to cover the following: Lot A Contract: Infrastructure Term Service Contract - includes water mains renewals and replacement, new water mains, service pipes and connections, water mains extensions and diversions, water mains repair and maintenance, and Smart Water Meter installation. Lot B Contract: Smart Water Meter Installation - includes Smart Water Meter installation and commissioning, including deployment planning and delivery, strategic planning, and Smart Water Meter installation and commissioning. Both lots will require the Contractor to provide programme planning, planning and scheduling of work, traffic management and street works compliance, and customer engagement, liaison and communication services throughout the life of the contract. The Contractors will be required to work in collaboration with Portsmouth Water, per other lots, and the Smart Asset, Network and Data Services supplier which is the subject of a separate procurement.
£136,500,000
Contract value
To provide a collection and analysis service of samples for portable water to comply latest Water Supply (water quality) regulations. To provide Portsmouth Water with a courier services, sampling bottles, crates and analytical services. To be accredited at all times to ISO17025 and DWTS. Samples shall be transported daily to the supplier’s laboratory. Full temperature records for all Samples shall be required for Samples which are stored or transported in line with ISO 5667 2-8°C. The Service Provider shall maintain a full chain of custody for Samples that are transported and shall confirm, upon receipt, which Samples cannot be analysed. The Tenderer shall report all analysis results within the required quality and regulatory timeframes. The Tenderer shall provide a monthly report detailing where SLA's have and have not been met.
£2,000,000
Contract value
To provide Portsmouth Water with Print Management, Bill Print and Send, Print on demand, Direct Mail Campaigns, Customer Letters, Incident Communication, Storage/Stock management. Portsmouth water will be asking for fixed prices for a catalogue of goods and services relating to print services and product charges (e.g. paper and envelope costs). For further details of the goods and services to be provided, organisations should refer to the outline Scope of Services issued as part of the SQ documents. The contract is expected to start in 2026 and will be for a period of 5 years with the option to extend by a further period or periods of up to 5 years at Portsmouth Water’s discretion (a maximum period of 10 years in total).
£5,200,000
Contract value
Portsmouth Water is procuring a Framework Agreement for the provision of a range of ecology surveys throughout their operational area in Portsmouth, Hampshire and West Sussex. The services will be divided into 3 lots covering: 1. Terrestrial Ecology 2. Aquatic Ecology. 3. Arboriculture Terrestrial services will comprise a range of desk and field surveys to establish the presence or absence of species including bats, the hazel dormouse, otter, water vole, badger, amphibians, reptiles, butterflies and moths. The surveys will collect information on sites, site information, species records, habitat information and distribution including population forecasts. Other services to be provided will include surveys using the National Vegetation Classification and Biodiversity Net Gain. Aquatic services will comprise range of river and bankside surveys to provide habitat mapping and reporting. The surveys will include invertibrates, aquatic plants and fish. Surveys will include Modular River Physical Surveys, River Condition Assessments, habitat mapping, surveys of macroinvertibrates and macrophytes as well as water quality monitoring including laboratory analysis. Arboricultural services to provide an arboricultural impact assessment, method statement and tree protection plan to record species, dimensions and quality of the trees on the various sites. Services of an arboriculturalist will also be required to monitor and supervise works as a watching brief during site clearance and construction. Services will include tree inspections and tree hazard assessments. Other than the Pre-Qualification Pack and Pre-Qualification Questionnaire, the procurement documents published at the date of this Notice are in outline form, and Portsmouth Water reserves the right to amend, augment and supplement any document. Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Framework Agreement and any subsequent Call-Off Contract (if any), concluded with the successful Tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Applicant or Tenderer. Portsmouth Water intends to select 5 Applicants to invite to tender for lot 1 and 4 Applicants for each of lots 2 & 3. Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the Invitation to Tender. It reserves the right at any time to close negotiations and award the places on the Framework Agreement. Portsmouth Water intends to award places on the Framework Agreement to the 3 highest scoring Tenderers in Lot 1 (Terrestrial Ecology) and the 2 highest scoring Tenderers to each of Lot 2 (Aquatic Ecology) and Lot 3 (Arboriculture), as assessed in accordance with the award criteria set out in this Tender Notice and the accompanying tender documents. Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations 2004 (EIR), the Freedom of Information Act 2000 (FOIA), the UK General Data Protection Regulations (the UK GDPR) and the Data Protection Act 2018 (the DPA 2018). ) If an Applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity, then this should be stated with the reason for considering it sensitive in line with the data protection legislation outlined above. Portsmouth Water will then endeavour to consult with the Applicant about such sensitive information when considering any request for information (e.g. under the EIR or FOIA), before replying to such a request. Portsmouth Water reserves the right to carry out additional financial checks on all Applicants bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contracts. The PIN published in relation to this procurement can be found at by searching the following on Find-A-Tender: Notice identifier: 2025/S 000-001618 Procurement identifier (OCID): ocds-h6vhtk-04d3f9
£1,468,646
Contract value
1.2.1PWL wishes to let a Contract to improve and extend its Telephony & Resilience capability. 1.2.2This procurement is to provide Portsmouth Water with a Supplier capable of providing the goods and services required to satisfy PW’s move away from PSTN lines to a more secure and longer lasting solution. 1.2.3The initial work required under the contract must be complete by January 2027. 1.2.4PWL requires a robust and secure digital communication infrastructure that ensures reliable connectivity across all designated Portsmouth Water sites, providing the continuous and secure connectivity required for Critical National Infrastructure. 1.2.5The Goods and Services required will support PWL’s Operational and Information Technology needs at least until August 2030 and potentially to August 2035. A more detailed discussion on the needs of PWL is contained in the Scope document 1.2.6The Contractor will be expected to collaborate with existing suppliers, where required by PW and to work with PWL on establishing a single supply chain provider without any interruption to the existing service. 1.2.7Portsmouth Water and the Contractor will implement a Service Level Agreement. This comprehensive SLA will guarantee responsive support for any issues related to the communication network, safeguarding the continuity of Portsmouth Water’s core service delivery at all times. 1.2.8The provided communication network shall facilitate seamless point-to-point connectivity between all Portsmouth Water’s approximately 48 sites, as outlined in the Scope Document 1.2.9The network shall be capable of segregating, prioritising, and reliably supporting data traffic generated by critical systems, including but not limited to: Telemetry (GEOSCADA), CCTV, solar arrays, and inter-site operational process data. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Mobile-telephones./F9V93M2ZYC To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/F9V93M2ZYC
£3,000,000
Contract value