Scope
Reference
ID587
Description
The Contracting Authority is procuring a service contract for the provision of legionella prevention and water safety management across its property portfolio. The scope includes but is not limited to:
Risk assessments in line with HSE Approved Code of Practice L8 and relevant guidance (HSG274).
Regular water monitoring, inspection, and testing of systems (taps, outlets, tanks, calorifiers, etc.).
Sampling, analysis, and reporting of water quality results.
Provision of remedial works and interventions where required to ensure compliance.
Maintenance of accurate records and reporting to the Contracting Authority.
Emergency response in the event of positive results or suspected outbreaks.
Training, advice, and guidance to staff on water safety management.
The successful supplier will be required to provide a fully managed and compliant water safety service designed to minimise risks associated with legionella and other waterborne pathogens. Services must be delivered by competent personnel with relevant accreditations and supported by appropriate technology to provide accessible records, reporting, and audit trails.
The contract will be awarded for an initial term of five years, with the option to extend subject to performance. The estimated contract value is £135,000 per annum (£675,000 total).
Evaluation will be based on the Most Advantageous Tender, with submissions assessed on quality (60%) and price (40%). Quality criteria will focus on technical expertise, delivery approach, compliance, innovation, and social value.
Total value (estimated)
- £562,500 excluding VAT
- £675,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2029
- Possible extension to 30 April 2031
- 5 years
Description of possible extension:
The contract will be let for an initial term of three (3) years, with the option to extend for up to two (2) further periods of twelve (12) months each (3+1+1). Any extension will be at the sole discretion of the Contracting Authority.
Extensions may be applied where service performance has been satisfactory against agreed KPIs, where there remains an ongoing requirement for the services, where funding is available, and where continuity of service is desirable. Extensions may also be exercised to maintain statutory compliance and ensure alignment with wider procurement strategy.
Main procurement category
Services
CPV classifications
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 90733600 - Transboundary water pollution management or control services
- 90733000 - Services related to water pollution
- 71317210 - Health and safety consultancy services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
Suppliers must demonstrate financial standing appropriate to the contract value, including minimum annual turnover of £385,714 (equivalent to 35% of annual contract value), evidence of financial stability, and confirmation of adequate insurances prior to award (minimum £10m Employers' Liability, £10m Public Liability, and £5m Professional Indemnity).
Technical ability conditions of participation
Suppliers must demonstrate competence and relevant qualifications/accreditations for legionella prevention and water safety. This includes, but is not limited to, membership of the Legionella Control Association (LCA) or equivalent, ISO 9001 or equivalent quality management certification, UKAS accreditation where applicable, and personnel with suitable qualifications (e.g. BOHS Certificate of Competence, City & Guilds accredited risk assessors, or equivalent). Evidence of delivering similar contracts is required.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
22 October 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
29 October 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
5 to 6 suppliers
Selection criteria:
Suppliers will be selected to tender through a two-stage process:
Stage 1 - Procurement Specific Questionnaire (PSQ):
Suppliers must complete a PSQ which includes both pass/fail criteria and scored criteria.
Conditions of participation include:
Financial capacity (minimum turnover of £385,714, equivalent to 35% of the annual contract value)
Adequate insurance cover.
Legal capacity to perform the contract.
Health & Safety accreditation (e.g. CHAS, SafeContractor, SSIP)
Mandatory organisational accreditations relevant to Legionella prevention and water safety (e.g. LCA membership, ISO 9001, UKAS accreditation)
Personnel competence, evidenced by qualifications and experience (e.g. BOHS Certificate of Competence, Water Treatment Diploma, LCA/City & Guilds Risk Assessor qualifications).
Suppliers must also confirm compliance with requirements such as sub-contractor management, Modern Slavery Act obligations, and technical competence.
Only the top five highest-scoring suppliers who meet all pass/fail conditions and achieve minimum scores on assessed PSQ questions will be shortlisted for Stage 2
Stage 2 - Invitation to Tender (ITT):
Shortlisted suppliers will be invited to submit detailed responses to quality and pricing questions.
The award will be made on the basis of Most Advantageous Tender, with the following weighting: Quality (60%) and Price (40%)
Quality assessment covers areas including service delivery, staffing competence, communication, resident engagement, social value, and innovation/environmental impact
Suppliers must achieve at least 60% of the overall quality score to remain in the process.
The selection process ensures that only suppliers with proven financial stability, compliance with statutory obligations, and the necessary technical competence in Legionella prevention and water safety will be invited to tender.
Award decision date (estimated)
23 January 2026
Recurring procurement
Publication date of next tender notice (estimated): 7 November 2025
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Assessment of tenderers' proposals for service delivery, staffing competence, compliance with legislation and best practice, communication and reporting, use of technology, social value, and... |
Quality | 60.00% |
| Price | Evaluation of total contract cost based on pricing schedule. Lowest compliant tender achieves maximum score, with other tenders scored proportionately. |
Price | 40.00% |
Other information
Description of risks to contract performance
Key risks to contract performance include: failure to comply with statutory health and safety obligations (e.g. HSE ACOP L8 and HSG274), poor supplier performance leading to service disruption, insufficiently qualified staff, delays in reporting or remedial actions, financial instability of the supplier, and lack of responsiveness to emergency incidents. External risks include changes to legislation, unforeseen building conditions, or supply chain disruption. These risks will be managed through robust KPIs, performance monitoring, and contractual remedies.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will be conducted using the Competitive Flexible Procedure under Section 20 of the Act. The process will be carried out in two stages:
Stage 1 - Invitation to Participate (Selection)
All suppliers must complete the Procurement Specific Questionnaire (PSQ). Submissions will be assessed against pass/fail criteria (financial capacity, insurance, legal capacity, technical ability, health and safety accreditation) and scored project-specific questions. The top five highest-scoring suppliers will be invited to progress to Stage 2. A sixth supplier may be invited if scores between 5th and 6th are within two percentage points.
Stage 2 - Invitation to Submit a Tender (Award Stage)
Shortlisted suppliers will be invited to submit full tenders. Responses will be evaluated on Quality (60%) and Price (40%), in line with the published award criteria. Quality will be assessed through written method statement responses, with areas covering service delivery, staffing competence, compliance, communication, technology integration, social value, and innovation. Price will be evaluated using a relative scoring model, with the lowest compliant bid achieving maximum marks.
Moderation and Evaluation
Each submission will be assessed individually by the Contracting Authority's evaluation panel. Provisional scores will be moderated to agree a final consensus score. A non-scoring moderator will ensure accurate recording of the evaluation.
Interviews and Due Diligence
Interviews may be conducted to validate tender responses. The Authority may also undertake due diligence checks, including financial checks, reference site visits, and verification of technical competence. Scores may be adjusted based on interview outcomes.
Contract Award
The contract will be awarded to the supplier submitting the Most Advantageous Tender (MAT) following moderation, interviews (if applicable), and due diligence. The Authority will issue assessment summaries to all participants and observe the mandatory standstill period before contract award.
Contract Details
The successful supplier will enter into a JCT MTC 2024 contract, supported by service levels and KPIs. No negotiation on terms will be permitted, and supplier submissions will form part of the final contract.
Documents
Associated tender documents
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614229
Document 1 - Information and Instructions
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614221
Document 2 - Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614223
Document 3b - Proposed amendments to the Joint Contracts Tribunal Measured Term Contract 2024.
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614225
Document 4 - Supplier Assessment Scheme
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614226
Document 5a - Procurement Specific Questionnaire - Stage 1 - Invitation to Participate
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614227
Document 5b - Invitation to Submit a Tender - Stage 2 - Invitation to Tender
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614228
Document 6 - Pricing Matrix
Contracting authority
Trent and Dove Housing
- Public Procurement Organisation Number: PHWV-4176-MRBJ
Trinity Square
Burton-on-Trent
DE14 1BL
United Kingdom
Region: UKG24 - Staffordshire CC
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
GBS Procure Limited
Summary of their role in this procurement: GBS Procure Limited act as the contracting authority's external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.
- Companies House: 11744670
10 Blackthorn Road
Kenilworth
CV8 2DS
United Kingdom
Region: UKG13 - Warwickshire