Scope
Reference
itt_126
Description
The contracts for both Lots are for statutory water monitoring and testing at predominantly residential properties on the Social Housing Estates & the Barbican Residential Estate owned and managed by the City of London Corporation.
The monitoring is required to take place in tanks in communal areas, communal tanks that sit within in individual flats and at outlet points in individual flats. The schedules for each Lot provides details of the relevant locations.
Monitoring is to be carried out in accordance with statutory timescales.
Testing is to be carried out where the temperature dictates, as well as in accordance with the schedules / frequencies for each Lot in this document.
Please note that bidders can submitt a tender submission for each lot.
This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/).
Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated contract value given at sections 31 and 32 for the full duration of the contract including the maximum possible extensions.
The estimated annual contract value for Lot 1 (HRA) is therefore £71,000 (re Section 85)
The estimated annual contract value for Lot 2 (BRE) is therefore £107,000 (re Section 85)
The combined Total Contract Value combining both Lots for the full contract term available (5 Years) is £890,000
Total value (estimated)
- £890,000 excluding VAT
- £1,068,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 January 2026 to 4 January 2029
- Possible extension to 4 January 2031
- 5 years
Description of possible extension:
2 years in annual (12 month) increments
Main procurement category
Works
CPV classifications
- 45232430 - Water-treatment work
- 44611500 - Water tanks
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1. HRA
Description
Lot 1 (HRA) is in relation to the City's Housing Revenue Account list of properties.
The services & requirements are fully detailed in the specification document avaialble to all suppliers via https://cityoflondon.ukp.app.jaggaer.com/ Ref: itt_126.
Lot value (estimated)
- £355,000 excluding VAT
- £426,000 including VAT
Contract locations
- UKI - London
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. BRE
Description
Lot 2 (BRE) is in relation to the City's Barbican Residential Estate.
The services & requirements are fully detailed in the specification document avaialble to all suppliers via https://cityoflondon.ukp.app.jaggaer.com/ Ref: itt_126.
Lot value (estimated)
- £535,000 excluding VAT
- £642,000 including VAT
Contract locations
- UKI31 - Camden and City of London
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. HRA
The insurance detailed below are required if awarded a contract for this lot, suppliers do not need to have the below insurances before contract award.
Employer's (Compulsory) Liability Insurance = £5,000,000
Public Liability Insurance = £20,000,000
Professional Indemnity Insurance = £,1,000,000
Product Liability Insurance = £20,000,000 for any one claim and in aggregate
Lot 2. BRE
The insurance detailed below are required if awarded a contract for this lot, suppliers do not need to have the below insurance before contract award.
Employer's (Compulsory) Liability Insurance = £5,000,000
Public Liability Insurance = £20,000,000
Professional Indemnity Insurance = £,1,000,000
Product Liability Insurance = £20,000,000 for any one claim and in aggregate
Technical ability conditions of participation
Lot 1. HRA
Proffesional & Technical Ability criteria will be implemented to this Lot.
Bidders must demonstrate experience managing at least three (3) contracts of a similar size and complexity to Lot 1 (HRA) within the last five (5) years.
Bidders are to provide the following:
Details of three comparable contracts, including:
Client name and contract value.
Scope of services provided.
Number of assets/water testing points serviced.
Contract duration and key outcomes.
Client references and contact details for verification.
Performance metrics from these contracts (e.g., compliance rates, service level adherence).
In accordance with the Scoring Matrix detailed in the ITT Guidance Pack, failure to provide a Good response will result in the City not proceeding further in evaluating the Bidder in question. Therefore, any Bidder that scores below three (3) points will fail this condition of participation requirement, resulting in their tender not progressing within this procurement process.
Lot 2. BRE
Proffesional & Technical Ability criteria will be implemented to this Lot.
Bidders must demonstrate experience managing at least three (3) contracts of a similar size and complexity to Lot 1 (HRA) within the last five (5) years.
Bidders are to provide the following:
Details of three comparable contracts, including:
Client name and contract value.
Scope of services provided.
Number of assets/water testing points serviced.
Contract duration and key outcomes.
Client references and contact details for verification.
Performance metrics from these contracts (e.g., compliance rates, service level adherence).
In accordance with the Scoring Matrix detailed in the ITT Guidance Pack, failure to provide a Good response will result in the City not proceeding further in evaluating the Bidder in question. Therefore, any Bidder that scores below three (3) points will fail this condition of participation requirement, resulting in their tender not progressing within this procurement process.
Mandatory Site Visit
Bidders will also be required (mandatory) to attend a site vist of the Barbican Residential Estate. This site visit is critical to gaining a comprehensive understanding of the requirements at the Barbican Residential Estate.
The City expects attendance from each bidder's Technical Team or relevant technical staff, rather than sales representatives. Each organisation may nominate a maximum of two attendees.
To confirm attendance and providing the names and roles of the attendees from your organisation, please email Daniel.Castle@cityoflondon.gov.uk.
Kindly note that this email address is to be used exclusively for booking purposes. Any queries or requests for clarification must be submitted via the City of London Corporation Sourcing & Contracts Portal.
Site Visit Details:
Date: Wednesday, 23 July 2025
Time: 10:00 AM (prompt start)
Meeting Point: Barbican Estate Office, Lauderdale Tower, Barbican, London EC2Y 8BY
Please note:
This is a pass/fail requirement. Bidders who do not attend the site visit will fail this mandatory requirement and will not progress further within the procurement process.
Particular suitability
Lot 1. HRA
Lot 2. BRE
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
28 July 2025, 12:00pm
Tender submission deadline
8 August 2025, 12:00pm
Submission address and any special instructions
https://cityoflondon.ukp.app.jaggaer.com/
Ref: itt_126
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 October 2025
Recurring procurement
Publication date of next tender notice (estimated): 3 June 2030
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Lot 1 (HRA) & Lot 2 (BRE) | Technical Criteria 100%/45% Organisational Management, Resourcing, and Contingency Planning - 20% Health & Safety Compliance and Risk Management - 15% Repairs, Service Delivery, Emergency Response,... |
Quality | 60% |
Lot 1 (HRA) & Lot 2 (BRE) | The best (lowest) price will receive the maximum score points available in each element; the remaining quotations receive a score pro rata to the best price. |
Price | 40% |
Other information
Payment terms
The City will pay a monthly invoice for services / works which are completed to the satisfaction of the City, the Providers invoice must detail a valid City of London Purchase Order Number.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
The Mayor and Commonalty and Citizens of the City of London
- Public Procurement Organisation Number: PYQD-1693-MYXR
PO Box 270
City of London
EC2P 2EJ
United Kingdom
Contact name: robert pine
Telephone: 020 7606 3030
Email: CityProc.Operations@cityoflondon.gov.uk
Website: https://www.cityoflondon.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government