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
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
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