Tender

Legionella Prevention - Water Safety

  • Trent and Dove Housing

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-061330

Procurement identifier (OCID): ocds-h6vhtk-058990 (view related notices)

Published 1 October 2025, 1:37pm



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

This table contains award criteria for this lot
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

Contact name: Lewis Pavey

Email: lewis.pavey@trentanddove.org

Website: https://www.trentanddove.org/

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

Contact name: Lewis Pavey

Email: lewis.pavey@gbsprocure.com

Website: https://gbsprocure.com/.

Region: UKG13 - Warwickshire


Contact organisation

Contact Trent and Dove Housing for any enquiries.