Tender

PRN25002 Legionella Risk Assessment and Water Quality Management Monitoring

  • Choice Housing

F02: Contract notice

Notice identifier: 2025/S 000-006765

Procurement identifier (OCID): ocds-h6vhtk-04e69e

Published 21 February 2025, 1:52pm



Section one: Contracting authority

one.1) Name and addresses

Choice Housing

Leslie Morrell House 37 - 41 May Street

Belfast

BT1 4DN

Contact

via eTenders NI messaging

Email

corporate.procurement@choice-housing.org

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PRN25002 Legionella Risk Assessment and Water Quality Management Monitoring

two.1.2) Main CPV code

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

Choice Housing Ireland wish to engage the services of a suitably experienced and competent service provider to provide Legionella Control and Water Hygiene Management Services across a range of housing stock throughout Northern Ireland. The service is to include Legionella Risk Assessment (LRA), Water Hygiene management/monitoring and a range of remedial services including tank cleaning and chlorination, shower head cleaning, thermostatic mixing valve servicing, plumbing alterations, water tank repair and replacement and training. LRAs and associated management are both a statutory and regulatory requirement. The services will be delivered in accordance with PS 1 – Building Maintenance Policy and PS 1.6 – Legionella Control and Water Hygiene Procedure.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Choice Housing Ireland wish to engage the services of a suitably experienced and competent service provider to provide Legionella Control and Water Hygiene Management Services across a range of housing stock throughout Northern Ireland. The service is to include Legionella Risk Assessment (LRA), Water Hygiene management/monitoring and a range of remedial services including tank cleaning and chlorination, shower head cleaning, thermostatic mixing valve servicing, plumbing alterations, water tank repair and replacement and training. LRAs and associated management are both a statutory and regulatory requirement. The services will be delivered in accordance with PS 1 – Building Maintenance Policy and PS 1.6 – Legionella Control and Water Hygiene Procedure.

two.2.5) Award criteria

Quality criterion - Name: Quality including Social Value / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contract extension may be mutually agreed by both parties following the initial contract term which is based on 2+1+1+1+1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 22 July 2025

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice in Northern Ireland

Royal Courts of Justice

Chichester Street

BT1 3JP

Country

United Kingdom