Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

PA23 - UK4 - Tender Notice

  • First published: 24 March 2026
  • Last modified: 24 March 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-06716a
Published by:
Southern Water Services Limited
Authority ID:
AA21564
Publication date:
24 March 2026
Deadline date:
07 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Scope of Services1. BackgroundSouthern 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 ObjectivesThe 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 20263. Scope of ServicesSW 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 StructureLot 6a Engineering & Manufacturing- Engineering Maintenance Technician Level 3Lot 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 33.2 Geographic Coverage & Delivery ModelProviders 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 rules3.3 Training Facilities & InfrastructureProviders 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 deliveryProviders 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 Competitiono Direct Award (where compliant with criteria)• Provider onboarding, continuous compliance checks and performance management form part of framework governance5. Funding & Compliance RequirementsProviders 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 capsMandatory 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 ma

Full notice text

Scope

Procurement reference

Prj_8082

Procurement 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

Main category

Services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight

Total value (estimated, excluding VAT)

3600000 GBP to 2600000GBP

Contract dates (estimated)

19 July 2026, 00:00AM to 19 July 2029, 23:59PM

Extension end date (if all the extensions are used): 19 July 2032

Is a framework being established?

Yes

Contracting authority

Southern Water Services Limited

Identification register:

  • GB-PPON

Address 1: Southern Water, Southern House

Town/City: Worthing

Postcode: Bn13 3NX

Country: United Kingdom

Website: http://www.southernwater.co.uk

Public Procurement Organisation Number: PBJQ-2231-ZRPG

NUTS code: UKJ27

Email: antonia.odonovan@southernwater.co.uk

Organisation type: Private utility

Procedure

Procedure type

Competitive flexible procedure

Reduced Tendering Period

Light touch contract

Is this procurement under a special regime?

Light touch

Utilities

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0.0000%

Award method when using the framework

With and without reopening competition

Framework operation 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.

Lots

Divided into 2 lots

Engineering & Manufacturing

Lot number: 6a

Description

Engineering Maintenance Technician Level 3 (standard)

CPV classifications

  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight

Lot value (estimated)

2300000 GBP Excluding VAT

2760000 GBP Including VAT

Contract start date (estimated)

19 July 2026, 00:00AM

Contract end date (estimated)

19 July 2029, 23:59PM

Extension end date (estimated)

19 July 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend 2+1 (to a total of 6 years)

Does the lot include options?

Yes

Description of options

SW reserves the right to add and/ or remove standards depending on business needs

Award criteria

Type: quality

Name

Technical

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Engineering & Manufacturing (w)

Lot number: 6b

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

CPV classifications

  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight

Lot value (estimated)

300000 GBP Excluding VAT

360000 GBP Including VAT

Contract start date (estimated)

19 July 2026, 00:00AM

Contract end date (estimated)

19 July 2029, 23:59PM

Extension end date (estimated)

19 July 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend 2+1 (to a total of 6 years)

Does the lot include options?

Yes

Description of options

SW reserves the right to add and/ or remove standards depending on business needs

Award criteria

Type: quality

Name

Technical

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Submission

Tender submission deadline

07 April 2026, 10:00AM

Enquiry deadline

27 March 2026, 15:00PM

Date of award of contract

12 June 2026, 23:59PM

Submission address and any special instructions

The procurement documents are available for unrestricted and full direct access, free of charge, athttps://southernwater.bravosolution.co.uk/Additional information can be obtained from the above-mentioned addressTenders or requests to participate must be submitted electronically viahttps://southernwater.bravosolution.co.ukTenders or requests to participate must be submitted to the above-mentioned addressIf 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

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80510000 Specialist training services Training services
80500000 Training services Education and training services
80530000 Vocational training services Training services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.