Loading page content…
Loading page content…
22 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Southern Water Services are issuing this call for competition to gauge the appetite for agreement for the supply of communications services and business network equipment and/or business network services. This is currently with our incumbent supplier Virgin Media Business Ltd (VM). In Scope - Enhanced cease periods for services (45 days) Direct linkage to Cisco support SLA with regards to delivery of services IT Services review Documentation of service improvements Out of Scope - Existing Cisco Maintenance contracts SIP Trunks Services Contract Mobile Sim Services Security Checkpoint Services
£20,000,000
Contract value
Supply of Chemicals and Fuels to be used across Southern Water Services, delivered to sites. In summary; Lot 1 - Supply and management of Polymer - Emulsion & Powder Lot 2 - Lime: Supply and management of Liquid Lime. Supply of Granular Lime Lot 3 - Supply of Antifoam & dispersant products Lot 4 - Supply of Fuels (kerosene, Derv, Therma 35) – above and below 500ltrs, including telemetry. Lot 6 - Supply of Liquid oxygen, including rental equipment Lot 7 - Supply of Calcium Nitrate / Sodium Nitrate, including stock management and technical support
£46,320,000
Contract value
The supply and installation of Slow the Flow interventions, including water butts, sustainable drainage planters, and Smart water butts at household and non-household properties. Including Customer engagement and sign up.
Value undisclosed
Southern Water are seeking to establish a framework panel whom have the expertise to support the companies ambitions. Southern Water are seeking expertise in, but not limited to:Regulatory Assurance, Technical Assurance, Commercial Assurance, Strategic Assurance, Assurance for Cost modelling, Internal Audit Services, Fraud Investigations Indicative value of each lot per annum: Lot A -Regulatory Assurance £2,000,000 Lot B - Internal Audit & Fraud Investigations £200,000
£11,000,000
Contract value
Southern Water Services ("SWS") seek to implement a new Occupational Health & Health Surveillance Services provision, which will ensure covergage across the full SWS region. The contract will be awarded to one single supplier SWS is looking for a flexible approach to deliver a service to accommodate all the different organisational structures and job roles - desk associated work, seated and standing, customer facing work, call centre operations, physical work, staff woring or coming into contact with hazardous substances, work outdoors in all seasons, driving. Key requirements: Health Surveillane Annual mini-health checks Health Education visits Mental Ill-health advice and Management support, trauma counselling, stress risk Stress management and resiliance Musculoskeletal Education and support Additional bespoke support/ capability services - weight management, neurodiversity, sleep coaching, vehicle capability assessment, menopause Pre-Employment checks (online and face to face) Pre-employment questionnaires and medicals Drug and alcohol checks (pre-employment role specific and 'with cause') Night Worker Assessment DES workstation Assessment Skin checks Monthly Management Reporting Liaison with employees GP or specialist where required (assuming employee consent) Access to an Occupational Health Physician Occupational Health, reports that are appropriate for use in employee relations cases, including where legal issues arise. Flu Vouchers Vaccination clinics onsite where required Needlestick Injury – Advice and support Provision of a health risk profiling advisory service as part of health surveillance (when required) Trend analysis including proposed wellbeing interventions to reduce incidence of ill health and or absence Governance target outcomes: Selection of a suitable supply chain structure to enable optimum outcomes of: Compliance with the Procurement Act 2023 A fit for purpose offering of the Occupational Health referral service, such that recommendations are clear and aid management/HR decision making. A balanced Occupational Health referral approach regarding employee health and wellbeing in line with the organisation’s business needs. A service to support and aid the resolution of mental ill health and support the organisation with clear advice and guidance. A clear and simple pre-employment check process for new starters, including a timely Drugs & Alcohol testing service to prevent any delays in employee start dates. A process ensuring that ‘movers’ are captured in any new medicals, should their role require it. An on-line health surveillance booking system that is flexible and easy to use. Health surveillance provided with a suitable mix of automated process and face to face, where required (e.g., medical versus on-line questionnaire). Providing a robust, comprehensive management reporting functionality; identifying trends and providing commentary, whilst recommending suitable initiatives to reduce health risk and lifestyle factors. A supplier with an approach based the prevention of ill health and risk prevention in keeping with SEQOHS. A supplier able to work with Southern Water on the addition and connectivity of future downstream future services, as part of the long-term goal to streamline and connect interventions, e.g., adding DSE Assessments later. A system that is compliant and robust to meet GDPR and data privacy requirements. A process where employee data is shared in a usable format compliant with internal SWS systems, e.g., Workday. A supplier able to balance clinical guidance and advice while respecting SWS requirements. A service that is responsive and supportive to SWS business needs and requirements, against agreed SLAs. A complaint process that is robust and drives continuous service improvement. A proactive approach to Health surveillance where recalls scheduling is approached in a simple and cost-effective way. A supplier able to work in partnership with Southern Water to define/refine any new requirements for health surveillance medicals, in line with health risk assessments. Clear and simple invoicing processes Requirements Monthly MI Reporting (reactive/quantitative) Monthly Trends/Insights (proactive/qualitative) General Advisory Service Performance/Service KPIs Quarterly Performance Review Meetings Overview of Organisational Structure Annual Business Review Meeting Annual Health Risk Review
£1,920,000
Contract value
Southern Water ("SW") seek a Solution Provider to licence a cloud-based, Source to Pay software solution ("Solution") that will give SW users a more intuitive experience in purchasing goods and services. The Source to Pay process ("S2P") comprises of Source to Contract ("S2C") and Purchase to Pay ("P2P") processes. The Solution will provide end-to-end functionality. P2P The Solution will manage SW's end-to-end procurement processes from capturing a Requirement, through Purchase Requisition, Approval, Purchase Order Creation, Supplier PO Receipting, SW Service/Product Receipting, Supplier Invoicing to "OK to pay" from a 3-way match. Critical to improved user experience will be that the Solution will enable users to: 1. Execute required actions "on the move" via secure mobile technologies as well as computer based. 2. Leverage punchouts with external approved and secure supplier sites. 3. Access and order from approved supplier catalogues. The Solution must have a proven method of: 1. Managing professional services. 2. Goods and works contracts that may leverage Framework Agreements and timesheets. These areas represent a key portion of the SW spend profile. The nature of managing this spend in this Solution is still being defined but will be clarified later in the Procurement Process. S2C For spend that is not readily available when requisitioned, the Solution would also have integrated Sourcing, Contracting and Supplier / Contract Performance Management functionality, that is triggered by workflow management to a central Procurement function. All S2P activities must workflow automatically and allow for online collaboration between SW colleagues and Suppliers, who will be able to access the Solution via a secure external Supplier Portal. The number of integrations to legacy SW systems is still being defined, but we would expect the Solution to be able to readily integrate to common Finance or HR platforms as a minimum and have SSO capability. It must also have the capability to be integrated with Asset Management, Inventory and Stores solutions, as a possible further future activity. (Although this is not in the initial implementation scope, it is essential there is evidential functional capability to do so.) To deliver the integration of the Solution, SW is seeking a Solution Implementation Partner ("SIP") who is accredited to the Software Provider ("SWP"). The Solution Provider is asked to identify up to three (3) Solution Implementation Partners ("SIP"). The process for nominating SIPs is described in the Tender Pack. The SIP must be able to: 1. Prove and leverage experience of SWP implementation in the UK utility industry, with a preference for Water industry. 2. Prove accreditation with the SWP, with experience in implementation of the specific Solution.
£5,736,000
Contract value
Services Required The Minor Civils Framework will support 3 main areas of the business for planned and reactive requirements for Water and Wastewater operations (across all regions): Roads, access, footpaths, drainage & Fencing repairs Buildings, chambers, cabling, pipework, ducting Tanks In principle, the services required will not be major capital investments but minor repairs or making good work. involve repairs, replacements, or alterations to existing structures and infrastructure, and often don't require extensive planning or resources.
£72,000,000
Contract value
Review and offer insights and proposals on ensuring efficiency and potential savings relating to of any live, reactive or planned Southern Water wastewater tankering operations; Carry out health and safety assessments and ensure that Southern Water staff and contractors are wearing appropriate PPE and avoiding any potential health and safety risks both on Southern Water Sites or at locations where Southern Water and/or one of their Suppliers are carrying out Operational Services; Provide a customer relations role through engaging with on Site communications with residents, businesses and parish councils within the Southern Water region to keep them informed and updated on any operational work associated with groundwater management or rising main repair mitigation which may be required; Provide reports at the frequency and in the form agreed with Southern Water’s contract manager no less than once per calendar month. Supply information which will enable Southern Water to make balanced decisions around site safety, mitigation expenditure, and operational risk. The intelligence should be based on calculations from the available data, operational and site knowledge and thorough assessment of all onsite activity. The Consultant shall be responsible for sourcing of the data and providing reports, in a format agreed by Southern Water, to Southern Water which sets out their findings.
£7,500,000
Contract value
Southern Water Services Limited (SWS) is seeking to award a single supplier Ofgem licenced supplier for provision of natural gas to all sites within their portfolio, in accordance with the specifications set out in the tender documentation (IITT). The portfolio currently consists of 19 supply points across South East of England (Hampshire, Isle of Wight, Sussex, Kent) with total annual consumption at approximately 2.5GWh. The composition of the portfolio may change before the contract commences; SWS also reserves the right to add/remove sites from portfolio during contract term with accordance to appropriate contractual provisions. The supply under the contract is to commence on 1st of April 2026. The initial contract period is 4 years, with the option to extend for up to a maximum duration of 5 years. SWS require a fixed price contract, with the ability to fix prices under the supply contract in 12 monthly periods (or multiply of) under any active term (subject to market liquidity). The procurement will be conducted in line with the Procurement Act 2023, ensuring a fair, transparent, and competitive process to identify the Most Advantageous Tender.
£1,836,000
Contract value
The Andover Link Main (ALM) scheme is being delivered by Southern Water Services (SWS) under the Major Projects Directorate. The ALM project is part of the WRMP programme and is associated with SWS’s agreement with the EA under Section 20 of the Water Resources Act 1991 put in place following Public Inquiry to reduce our abstraction licenses for public water supply. Its purpose is to provide environmental protection for the rivers Test and Itchen. The WRMP Programme aims to create greater resilience to water shortages, especially during dry weather and droughts. Existing abstraction licences for the River Test and River Itchen have been substantially reduced through changes required by the Environment Agency to protect the rivers, both designated as Sites of Special Scientific Interest (SSSI), and the River Itchen as Special Area of Conservation (SAC). Additional licence changes will bring further reductions. These rivers are key examples of rare chalk stream habitat which support a wide variety of species. The Proposed Scheme will support environmental improvement by increasing the protection of these rivers while addressing the need for secure water supply. The ALM scheme involves approximately 25km of below-ground pipeline connecting critical infrastructure between Winchester and Andover, alongside upgrades to existing and new booster stations. It aims to deliver a bi-directional transfer capacity of 15Ml/d by March 2030, ensuring both strategic drought resilience and operational reliability for the isolated Andover Water Resource Zone (WRZ). SWS delivery strategy is to appoint a single Principal Contractor to design and build Andover Link Main, delivery to inclue detailed design and construction package with enabling work to be completed prior to construction. This will also include support to discharge planning conditions and submission of certain environmental consent and permits. The Principal Contractor will act as a Tier 1 provider and sub-contract specialist elements. Southern Water have developed the scheme proposal to early outline design and are planning to complete this phase of work to enable the design to be realkeased with the ITT, post participation stage. comprising a detailed design and construction package, with enabling work to be completed prior to construction. This will also include support to discharge planning conditions and submission of certain environmental consent and permits.
£70,000,000
Contract value
The nature of the work required is to design, supply, erect, install, inspect, hire, remove, adopt, manage compliance, manage H&S regs (but not limited to) of all scaffolding requirements for Southern Water. Either as planned work or on a reactive basis, both within normal working hours (08:0-16:0) and outside of these hours, 24 hours a day, 7 days a week. This can include for third party contractors who will be able to engage with the Framework Scaffolding Suppliers on a one-to-one basis as if they were Southern Water employees. Full details of Southern Water’s requirements are set out in the specification. This procurement is set out in 3 lots by regional location. Lot 1 Kent Primary Supplier Lot 2 Sussex Primary Supplier Lot 3 Hampshire & Isle of Wight Primary Supplier Tenderers are only permitted to submit a maximum of two (2) bids across all lots in accordance with the lotting structure set out in the Information & Instruction to Tenderers ("IITT") document. Acting as a secondary or tertiary supplier as detailed in Table 1 may be a rare occurrence but must be able to deliver services in the areas should that requirement arise. This limitation is in place to ensure that Southern Water maintains a suitable level of resilience within its supply chain, reducing dependency on a limited number of suppliers and promoting diversity in service provision. Any tenderer submitting more than two bids across Lots 1–3 will have only the first two bids received (based on submission timestamp) evaluated. Any additional bids beyond this limit will be disregarded and not considered for evaluation.
£44,000,000
Contract value
Southern Water is preparing to procure a single-supplier framework agreement to deliver household and non-household water efficiency audits, including the supply and installation of water-saving devices and delivery of tailored customer engagement services. The supplier will be expected to proactively identify efficiency opportunities and contribute to achieving Ofwat and regulatory water demand reduction targets. The procurement will use a Competitive Flexible Procedure with negotiation in accordance with the Procurement Act 2023, and will follow a two-stage process, starting with a conditions of participation stage (PQQ).
£3,292,856
Contract value
Southern Water Services are seeking to establish a framework panel whom have the expertise to support the companies ambitions. SWS are seeking business management consultancy & related professional services expertise in, but not limited to: Regulatory Advice, Regulatory Economic Advisory and Modelling, Procurement and Commercial, General Tax, Financial Services, Strategy & Change All services provided under this framework agreement are to be structured in a manner that is outside the scope of IR35 legislation. The service providers remain responsible for compliance with all relevant tax and employment regulations SWS will retain the right to compete work outside the pool of pre-qualified service providers (via Procurement Act 2023 process or otherwise) in its discretion (e.g. where the pre-qualified service providers do not have specialist capability to deliver the consultancy services required by SWS or the price secured within the pool is not judged by SWS to be market competitive). Indicative lot values per annum : Lot 1a Regulatory Advice £1.4m Lot 1b Regulatory Economic Advisory and Modelling £1m Lot 2 Procurement & Commercial £3m Lot 3a General Tax £400k Lot 3b Financial Services £1m Lot 4 Strategy & Change £10m Whilst these values reflect the best estimate, Tenderers should be aware that we may see peaks in demand that are much higher than the indicated values per annum and there will be some years it’s much lower. These values may be subject to change due to potential future regulatory or policy changes
£161,280,000
Contract value
SW is tendering an existing framework under PA23 rules, and has removed apprenticeships that have ceased to exist and are no longer business relevant, and started offering new apprenticeship standards that add value to the business and continue to offer the programmes that have had largest uptake of apprentice enrolments within SWS. 1.Purpose and Objectives The objective of the tender is to select Framework Partners who are capable of delivering Apprenticeship standards recognized by Skills England, divided into Lots as listed in this scope document and Schedule 1 of the Framework. To establish a compliant high-quality framework agreement for the delivery of Apprenticeship training funded via the Apprenticeship Growth and Skills levy. The framework will support workforce development across multiple departments and align with SW business needs and outputs of strategic workforce planning. 2.Scope of services To achieve business objectives, SWS is looking to develop a multi-supplier, multi-lot framework. The aim of the Framework is to secure future provision and enable access to wide range of recognized apprenticeship programmes and standards. SWS reserves the right to amend the scope by adding or removing apprenticeship standards during the term of the agreement in case of any scope coverage gaps, or to keep the standards up to date and aligned with apprenticeship standards governed by Skills England. Delivery of Apprenticeship standards from Level 2 to Level 7 Coverage across job categories including: - Business & Administration - Construction in a built Environment - Creative and design - Digital - Engineering and manufacturing - Environmental, - Legal Finance & Accounting - Health & Science - Marketing & Procurement The Framework has been divided into 9 Lots. Please note that Lot 9 is for delivery of the above services in the ISle of Wight only as indicated within the tender pack
£3,600,000
Contract value
Southern Water Services Limited (SWS) are looking to procure an Energy Management and Optimisation System (EMOS). The following features and capabilities are considered mandatory for the new EMOS solution being subject of this procurement: • Portfolio Management • Sorting and Grouping Functionality • Tariff Management • Invoice Management • Historical Energy Data Storage • AMR Meter Data Receiving Capability • API Capability • Budgeting, Forecasting, and Accruals Capability • Dashboarding and Data Visualisation Tools • Portfolio Benchmarking, Energy Data Analysis, and Automated Exception Monitoring • Energy Reporting Functionality • Access, Performance, and Interface Features The following features are considered non-mandatory for the new EMOS solution being subject of this procurement. Tenderers are encouraged to outline any advanced capabilities within the appropriate response envelope for evaluation. However, the absence of these features will not result in disqualification from the tender process. • Predictive Analytics & Machine Learning • Integrated Digital Mapping Service • Dashboard Sharing • Mobile Accessibility • Weather (Rainfall) Data Capture • Carbon Reporting • Fleet Data Capture • Renewable PPA Management • AI Chatbot Functionality • Demand Response and Load Shifting • Integration with Onsite Renewables & Storage for Cost Optimisation • Real-Time Energy Optimisation • EV Charging and Smart Grid Integration • Integration with IoT Sensors • Energy Market Participation • Water Consumption Management The following associated services are mandatory for the new EMOS service provider to deliver as part of the scope of this project. • Implementation Support • Ongoing Support and Maintenance • Change Management The following associated services are considered non-mandatory for the new EMOS service provider to deliver. Tenderers are encouraged to outline their service capabilities within the appropriate response envelope for evaluation. However, the absence of these capabilities will not result in disqualification from the tender process. • Invoice Validation Service • Bureau Service SWS intends to achieve ISO 50001 certification during the initial term of the contract and expects the EMOS to play a foundational role. More details about the scope of the project and SWS’s requirements are available in the tender documentation.
£6,500,000
Contract value
The objective of the tender is to select Specialist service providers who are capable of providing services for a maximum of 3 Lots, to enable SWS, at its election, to award work within a pool of pre-qualified service providers without the need to embark on a formal Procurement Act 23 process at individual project level. To facilitate this, the intention is that the successful bidders will be awarded a place on the Technology Services Specialist Framework Agreement. SWS will retain the right to compete work outside the pool of pre-qualified service providers (i.e. Procurement Act ‘23 process) where appropriate (e.g. where the pre-qualified service providers do not have the capability to deliver the services required by SWS or the price secured within the pool is not judged by SWS to be market competitive). Some of the key objectives of the framework include: • Establish a single route to market that covers requirements that Southern Water has for Technology Services Specialist providers and resources • Support quick access to the right resources, in order to support Digital project objectives and deliver ongoing “run” activities • Modernise contracts • Increasing the use of outcome-based delivery and managed services • Deliver the optimum selection of specialist partners • Support the Digital transformation agenda, including the best partners for future roadmap; updated and flexible engagement models incl. managed services and suppliers aligned to target operating model • Provide routes to market for Change Portfolio requirements A key objective of this procurement process for Southern Water is to deliver the optimum selection of specialist partners. We would like to select and work with suppliers, who have deep capabilities in particular areas and domain expertise. Suppliers can bid on multiple Lots relevant to their capabilities up to a maximum of 3 Lots.
£360,000,000
Contract value
The objective of the tender is to select service partners who are capable of providing services for each Lot, to enable SWS, at its election, to award work within a pool of pre-qualified service providers without the need to embark on a formal Procurement Act 23 process at individual project level. To facilitate this, the intention is that the successful bidders will be awarded a place on the Technology Services Partner Framework Agreement. SWS will retain the right to compete work outside the pool of pre-qualified service providers (i.e. Procurement Act ‘23 process) where appropriate (e.g. where the pre-qualified service providers do not have the capability to deliver the services required by SWS or the price secured within the pool is not judged by SWS to be market competitive). Some of the key objectives of the framework include: • Establish a single route to market that covers requirements that Southern Water has for Technology Service Partners and resources • Support quick access to the right resources, in order to support Digital project objectives and deliver ongoing “run” activities • Modernise contracts • Increasing the use of outcome-based delivery and managed services • Deliver the optimum selection of Technology Services Partners • Support the Digital transformation agenda, including the best partners for future roadmap; updated and flexible engagement models incl. managed services and suppliers aligned to target operating model • Provide routes to market for Change Portfolio requirements A key objective of this procurement process for Southern Water is to deliver the optimum selection of Technology Services Partners. We would like to select and work with suppliers, who have deep capabilities in particular areas and domain expertise. Suppliers must bid on all Lots.
£280,000,000
Contract value
The objective of this tender is select suppliers to provide Sustainable Drainage and Habitat Restoration services. Bidders may submit proposals for any or all of the following Lots: Lot 1: Land Management Lot 2A: Biodiversity Improvement and Biodiversity Net Gain (BNG) - BNG Project Work Lot 2B: Biodiversity Improvement and Biodiversity Net Gain (BNG) - Purchase of BNG Units Lot 3: SuDS: Sustainable Drainage Systems Lot 4: Habitat Restoration Lot 5: Environmental Monitoring
£1,300,000,000
Contract value
We are seeking to establish a new Collections & Recovery Services Framework that supports a redesigned operating model. This framework will be flexible, scalable, and adaptable, enabling innovation and continuous improvement in line with evolving business needs. The procurement will be conducted in full compliance with the Procurement Act 2023, and aims to deliver: Cost efficiency and value for money Enhanced recovery outcomes Improved customer experience The new approach will modernise our debt recovery strategy by: Introducing early-stage digital collection solutions to reduce default rates Enabling proactive customer engagement earlier in the recovery journey Maximising return on investment (ROI) through smarter, data-driven interventions Suppliers will be expected to demonstrate capability in delivering effective, customer-centric recovery solutions that align with our strategic goals and regulatory obligations.
£40,000,000
Contract value
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
£3,600,000
Contract value
Showing 1–20 of 22 contracts