← Back to opportunities

Legionella Prevention - Water Safety

Trent and Dove Housing

Buyer Contact Info

Buyer Name: Trent and Dove Housing

Buyer Address: Trinity Square, Burton-on-Trent, UKG24, DE14 1BL, United Kingdom

Contact Name: Lewis Pavey

Contact Email: lewis.pavey@trentanddove.org

Buyer Name: GBS Procure Limited

Buyer Address: 10 Blackthorn Road, Kenilworth, UKG13, CV8 2DS, United Kingdom

Contact Email: lewis.pavey@gbsprocure.com

Status
active
Procedure
selective
Value
562500.0 GBP
Gross: 675000 GBP
Published
01 Oct 2025, 12:37
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
90713100 - Consulting services for water-supply and waste-water other than for construction
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

Select a document to preview.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/061330-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 562,500

Lot 1 Value (Gross): GBP 675,000

Lot 1 Contract Start: 2026-05-01T00:00:00+01:00

Lot 1 Contract End: 2029-04-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (60%)

Lot 1 Award Criterion (price): Price (40%)

Documents

Document Description: Document 1 - Information and Instructions

Document Description: Document 2 - Specification

Document Description: Document 3b - Proposed amendments to the Joint Contracts Tribunal Measured Term Contract 2024.

Document Description: Document 4 - Supplier Assessment Scheme

Document Description: Document 5a - Procurement Specific Questionnaire - Stage 1 - Invitation to Participate

Document Description: Document 5b - Invitation to Submit a Tender - Stage 2 - Invitation to Tender

Document Description: Document 6 - Pricing Matrix

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PHWV-4176-MRBJ",
    "name": "Trent and Dove Housing"
  },
  "date": "2025-10-01T13:37:32+01:00",
  "id": "061330-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-058990",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Burton-on-Trent",
        "postalCode": "DE14 1BL",
        "region": "UKG24",
        "streetAddress": "Trinity Square"
      },
      "contactPoint": {
        "email": "lewis.pavey@trentanddove.org",
        "name": "Lewis Pavey"
      },
      "details": {
        "classifications": [
          {
            "description": "Public undertaking",
            "id": "publicUndertaking",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.trentanddove.org/"
      },
      "id": "GB-PPON-PHWV-4176-MRBJ",
      "identifier": {
        "id": "PHWV-4176-MRBJ",
        "scheme": "GB-PPON"
      },
      "name": "Trent and Dove Housing",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Kenilworth",
        "postalCode": "CV8 2DS",
        "region": "UKG13",
        "streetAddress": "10 Blackthorn Road"
      },
      "contactPoint": {
        "email": "lewis.pavey@gbsprocure.com",
        "name": "Lewis Pavey"
      },
      "details": {
        "url": "https://gbsprocure.com/."
      },
      "id": "GB-COH-11744670",
      "identifier": {
        "id": "11744670",
        "scheme": "GB-COH"
      },
      "name": "GBS Procure Limited",
      "roleDetails": "GBS Procure Limited act as the contracting authority\u2019s external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.",
      "roles": [
        "procuringEntity"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-01-23T23:59:59+00:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "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:\nRisk assessments in line with HSE Approved Code of Practice L8 and relevant guidance (HSG274).\nRegular water monitoring, inspection, and testing of systems (taps, outlets, tanks, calorifiers, etc.).\nSampling, analysis, and reporting of water quality results.\nProvision of remedial works and interventions where required to ensure compliance.\nMaintenance of accurate records and reporting to the Contracting Authority.\nEmergency response in the event of positive results or suspected outbreaks.\nTraining, advice, and guidance to staff on water safety management.\nThe 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.\nThe contract will be awarded for an initial term of five years, with the option to extend subject to performance. The estimated contract value is \u00a3135,000 per annum (\u00a3675,000 total).\nEvaluation 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.",
    "documents": [
      {
        "description": "Document 1 - Information and Instructions",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614229"
      },
      {
        "description": "Document 2 - Specification",
        "documentType": "biddingDocuments",
        "id": "L-2",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614221"
      },
      {
        "description": "Document 3b - Proposed amendments to the Joint Contracts Tribunal Measured Term Contract 2024. ",
        "documentType": "biddingDocuments",
        "id": "L-3",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614223"
      },
      {
        "description": "Document 4 - Supplier Assessment Scheme",
        "documentType": "biddingDocuments",
        "id": "L-4",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614225"
      },
      {
        "description": "Document 5a - Procurement Specific Questionnaire - Stage 1 - Invitation to Participate",
        "documentType": "biddingDocuments",
        "id": "L-5",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614226"
      },
      {
        "description": "Document 5b - Invitation to Submit a Tender - Stage 2 - Invitation to Tender",
        "documentType": "biddingDocuments",
        "id": "L-6",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614227"
      },
      {
        "description": "Document 6 - Pricing Matrix",
        "documentType": "biddingDocuments",
        "id": "L-7",
        "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=614228"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-10-01T13:37:32+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "061330-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/061330-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-10-22T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-10-29T12:00:00+00:00",
    "hasRecurrence": true,
    "id": "ID587",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Consulting services for water-supply and waste-water other than for construction",
            "id": "90713100",
            "scheme": "CPV"
          },
          {
            "description": "Transboundary water pollution management or control services",
            "id": "90733600",
            "scheme": "CPV"
          },
          {
            "description": "Services related to water pollution",
            "id": "90733000",
            "scheme": "CPV"
          },
          {
            "description": "Health and safety consultancy services",
            "id": "71317210",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Assessment of tenderers\u2019 proposals for service delivery, staffing competence, compliance with legislation and best practice, communication and reporting, use of technology, social value, and innovation. Evaluated through written method statements and supporting evidence.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 60.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Evaluation of total contract cost based on pricing schedule. Lowest compliant tender achieves maximum score, with other tenders scored proportionately.",
              "name": "Price",
              "numbers": [
                {
                  "number": 40.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "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.\nExtensions 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."
        },
        "secondStage": {
          "maximumCandidates": 6,
          "minimumCandidates": 5
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers must demonstrate financial standing appropriate to the contract value, including minimum annual turnover of \u00a3385,714 (equivalent to 35% of annual contract value), evidence of financial stability, and confirmation of adequate insurances prior to award (minimum \u00a310m Employers\u2019 Liability, \u00a310m Public Liability, and \u00a35m Professional Indemnity).",
              "type": "economic"
            },
            {
              "description": "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 \u0026 Guilds accredited risk assessors, or equivalent). Evidence of delivering similar contracts is required.",
              "type": "technical"
            },
            {
              "description": "Suppliers will be selected to tender through a two-stage process:\nStage 1 \u2013 Procurement Specific Questionnaire (PSQ):\nSuppliers must complete a PSQ which includes both pass/fail criteria and scored criteria.\nConditions of participation include:\nFinancial capacity (minimum turnover of \u00a3385,714, equivalent to 35% of the annual contract value)\nAdequate insurance cover.\nLegal capacity to perform the contract.\nHealth \u0026 Safety accreditation (e.g. CHAS, SafeContractor, SSIP)\nMandatory organisational accreditations relevant to Legionella prevention and water safety (e.g. LCA membership, ISO 9001, UKAS accreditation)\nPersonnel competence, evidenced by qualifications and experience (e.g. BOHS Certificate of Competence, Water Treatment Diploma, LCA/City \u0026 Guilds Risk Assessor qualifications).\nSuppliers must also confirm compliance with requirements such as sub-contractor management, Modern Slavery Act obligations, and technical competence.\nOnly 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\nStage 2 \u2013 Invitation to Tender (ITT):\nShortlisted suppliers will be invited to submit detailed responses to quality and pricing questions.\nThe award will be made on the basis of Most Advantageous Tender, with the following weighting: Quality (60%) and Price (40%)\nQuality assessment covers areas including service delivery, staffing competence, communication, resident engagement, social value, and innovation/environmental impact\nSuppliers must achieve at least 60% of the overall quality score to remain in the process.\nThe 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.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 562500,
          "amountGross": 675000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "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:\nStage 1 \u2013 Invitation to Participate (Selection)\nAll 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.\nStage 2 \u2013 Invitation to Submit a Tender (Award Stage)\nShortlisted 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.\nModeration and Evaluation\nEach submission will be assessed individually by the Contracting Authority\u2019s evaluation panel. Provisional scores will be moderated to agree a final consensus score. A non-scoring moderator will ensure accurate recording of the evaluation.\nInterviews and Due Diligence\nInterviews 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.\nContract Award\nThe 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.\nContract Details\nThe 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2025-11-07T23:59:59+00:00"
        }
      ]
    },
    "riskDetails": "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.",
    "status": "active",
    "submissionMethodDetails": "https://www.mytenders.co.uk/.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Legionella Prevention - Water Safety",
    "value": {
      "amount": 562500,
      "amountGross": 675000,
      "currency": "GBP"
    }
  }
}