Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Water Hygiene Quality Monitoring Services

  • First published: 09 January 2026
  • Last modified: 09 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-055596
Published by:
Swindon Borough Council
Authority ID:
AA21721
Publication date:
09 January 2026
Deadline date:
09 February 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The appointment of contractors for Water Hygiene Quality Monitoring, Hygiene Remedial Works and Legionella Risk AssessmentsSwindon Borough Council are looking to engage with experienced contractors to provide Water Hygiene Quality Monitoring, Remedial Works and Legionella Risk AssessmentsSwindon Borough Council are looking to engage with suitably qualified contractors to carry out Water Hygiene Quality Monitoring on Council owned residential and corporate properties inline with legislation and governance.This contract shall comprise of the periodic inspection/testing and verification of the safety of water systems within council buildings, i.e. Civic Buildings, Sheltered Accommodations, Community Centres, Social Services Sites, Public Car Parks & Toilets and Multi-storey Flats, Domestic dwellings and Commercial Premises and legionella risk assessments and water hygiene remedial works.The contract will be split into three lots -Lot 1 – Water Hygiene Quality Monitoring and Planned Cyclical MaintenanceLot 2 – Water Hygiene Remedial WorksLot 3 – Legionella Risk AssessmentsAll three lots can be bid for but a maximum of two lots can be won of the following combinations –Lot 1 Monitoring and Lot 3 Legionella Risk Assessments OR Lot 1 Monitoring and Lot 2 Remedial Works.This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest.The contracts will be for a period of 3 Years with optional 2 year + 2 year extension periods and is estimated to commence 1st June 2026.Lot 1 Estimated contract spend is between £500,000.00 - £505,852.50 ex vat across the initial 3 year term and £1,166,666.00 - £1,180,322.50 across the full 7 year term.Lot 2 Estimated contract spend is between £890,000.00 - £895,077.00 ex vat across the initial 3 year term and £2,076,666.00 - £2,088,513.00 across the full 7 year term.Lot 3 Estimated contract spend is between £287,000.00 - £292,503.00 ex vat across the initial 3 year term and £669,666.00 - £682,507.00 across the full 7 year term.Full details relating to the services are provided in the tender documents.To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk, then Register an Interest before obtaining access to the tender documents. In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.comTender clarifications to be submitted in writing via Messaging in ProContract tender portal by 2nd February 2026 15:00 hrs UK Local time. The Council’s responses to these clarification questions will be issued periodically on the ProContract tender portal.Tender Responses are required to be submitted no later than 9th February 2026, 15:00 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/Supplying the South West Portal, https://www.supplyingthesouthwest.org.uk/ is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN802380No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.

Full notice text

Scope

Procurement reference

DN802380

Procurement description

The appointment of contractors for Water Hygiene Quality Monitoring, Hygiene Remedial Works and Legionella Risk Assessments

Swindon Borough Council are looking to engage with experienced contractors to provide Water Hygiene Quality Monitoring, Remedial Works and Legionella Risk Assessments

Swindon Borough Council are looking to engage with suitably qualified contractors to carry out Water Hygiene Quality Monitoring on Council owned residential and corporate properties inline with legislation and governance.

This contract shall comprise of the periodic inspection/testing and verification of the safety of water systems within council buildings, i.e. Civic Buildings, Sheltered Accommodations, Community Centres, Social Services Sites, Public Car Parks & Toilets and Multi-storey Flats, Domestic dwellings and Commercial Premises and legionella risk assessments and water hygiene remedial works.

The contract will be split into three lots -

Lot 1 – Water Hygiene Quality Monitoring and Planned Cyclical Maintenance

Lot 2 – Water Hygiene Remedial Works

Lot 3 – Legionella Risk Assessments

All three lots can be bid for but a maximum of two lots can be won of the following combinations –

Lot 1 Monitoring and Lot 3 Legionella Risk Assessments OR Lot 1 Monitoring and Lot 2 Remedial Works.

This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest.

The contracts will be for a period of 3 Years with optional 2 year + 2 year extension periods and is estimated to commence 1st June 2026.

Lot 1 Estimated contract spend is between £500,000.00 - £505,852.50 ex vat across the initial 3 year term and £1,166,666.00 - £1,180,322.50 across the full 7 year term.

Lot 2 Estimated contract spend is between £890,000.00 - £895,077.00 ex vat across the initial 3 year term and £2,076,666.00 - £2,088,513.00 across the full 7 year term.

Lot 3 Estimated contract spend is between £287,000.00 - £292,503.00 ex vat across the initial 3 year term and £669,666.00 - £682,507.00 across the full 7 year term.

Full details relating to the services are provided in the tender documents.

To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk, then Register an Interest before obtaining access to the tender documents. In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.com

Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 2nd February 2026 15:00 hrs UK Local time. The Council’s responses to these clarification questions will be issued periodically on the ProContract tender portal.

Tender Responses are required to be submitted no later than 9th February 2026, 15:00 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/

Supplying the South West Portal, https://www.supplyingthesouthwest.org.uk/ is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN802380

No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.

Main category

Services

Delivery regions

  • UKK14 - Swindon

Total value (estimated, excluding VAT)

3951342.50 GBP to 3951342.50GBP

Contract dates (estimated)

01 June 2026, 00:00AM to 31 May 2029, 23:59PM

Extension end date (if all the extensions are used): 31 May 2033

Contracting authority

Swindon Borough Council

Identification register:

  • GB-PPON

Address 1: Swindon Borough Council, Civic Offices, Euclid Street

Town/City: Swindon

Postcode: SN1 2JH

Country: United Kingdom

Website: http://www.swindon.gov.uk

Public Procurement Organisation Number: PNPT-6195-XDWV

NUTS code: UKK14

Contact name: Ms Jodie Wakefield

Email: JWakefield@swindon.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 3 lots

Water Hygiene Quality Monitoring and Planned Cyclical Maintenance

Lot number: 1

Description

Water Hygiene Quality Monitoring and Planned Cyclical Maintenance by the periodic inspection/testing and verification of the safety of water systems within council buildings

CPV classifications

  • 65100000 - Water distribution and related services
  • 38910000 - Hygiene monitoring and testing equipment
  • 41110000 - Drinking water
  • 71610000 - Composition and purity testing and analysis services
  • 09321000 - Hot water
  • 31161400 - Primary water systems
  • 44611500 - Water tanks
  • 71317200 - Health and safety services

Delivery regions

  • UKK14 - Swindon

Lot value (estimated)

1180322.50 GBP Excluding VAT

1416387.00 GBP Including VAT

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2029, 23:59PM

Extension end date (estimated)

31 May 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend contract for 2 x 24 months

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

All three lots can be bid for but a maximum of two lots can be won of the following combinations –

Lot 1 Monitoring and Lot 3 Legionella Risk Assessments or Lot 1 Monitoring and Lot 2 Remedial Works.

This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest.

If a supplier wins more than the lot combinations detailed out above these will be awarded based on the best value to the Council between first and second place bidders.

Award criteria

Type: price

Name

Pricing

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Q1 Implementation

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Q2 Programme of Works

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Q3 Project Reporting

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Q4 Contract Management

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Q5 Problem Solving

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Q6 Social Value

Weighting: 10

Weighting type: percentageExact

Water Hygiene Remedial Works

Lot number: 2

Description

Water Hygiene Remedial Works following a Legionella Risk Assessment (LRA) carried out by another party (and observations found during planned preventive maintenance – carried out by another party)

Lot value (estimated)

2088513.00 GBP Excluding VAT

2506215.60 GBP Including VAT

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2029, 23:59PM

Extension end date (estimated)

31 May 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend the contract for 2 x 24 months

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

All three lots can be bid for but a maximum of two lots can be won of the following combinations –

Lot 1 Monitoring and Lot 3 Legionella Risk Assessments or Lot 1 Monitoring and Lot 2 Remedial Works.

This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest.

If a supplier wins more than the lot combinations detailed out above these will be awarded based on the best value to the Council between first and second place bidders.

Legionella Risk Assessments

Lot number: 3

Description

Legionella Risk Assessments to be carried out as per the agreed frequency

Lot value (estimated)

682507.00 GBP Excluding VAT

819008.40 GBP Including VAT

Award criteria

Type: price

Name

Price

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Q1 Implementation

Weighting: 15

Weighting type: percentageExact

Type: quality

Name

Q2 Project Reporting

Weighting: 13

Weighting type: percentageExact

Type: quality

Name

Q3 Contract Management

Weighting: 12

Weighting type: percentageExact

Type: quality

Name

Q4 Social Value

Weighting: 10

Weighting type: percentageExact

Award criteria

Type: price

Name

Price

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Q1 Implementation

Weighting: 15

Weighting type: percentageExact

Type: quality

Name

Q2 Project Reporting

Weighting: 13

Weighting type: percentageExact

Type: quality

Name

Q3 Contract Management

Weighting: 12

Weighting type: percentageExact

Type: quality

Name

Q4 Social Value

Weighting: 10

Weighting type: percentageExact

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2029, 23:59PM

Extension end date (estimated)

31 May 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Option to extend the contract for 2 x 24 months

Maximum number of lots a supplier can be awarded

2

Description of how multiple lots may be awarded

All three lots can be bid for but a maximum of two lots can be won of the following combinations –

Lot 1 Monitoring and Lot 3 Legionella Risk Assessments or Lot 1 Monitoring and Lot 2 Remedial Works.

This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest.

If a supplier wins more than the lot combinations detailed out above these will be awarded based on the best value to the Council between first and second place bidders.

Award criteria

Type: price

Name

Price

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Q1 Implementation

Weighting: 15

Weighting type: percentageExact

Type: quality

Name

Q2 Project Reporting

Weighting: 13

Weighting type: percentageExact

Type: quality

Name

Q3 Contract Management

Weighting: 12

Weighting type: percentageExact

Type: quality

Name

Q4 Social Value

Weighting: 10

Weighting type: percentageExact

Submission

Expression of interest deadline

09 February 2026, 15:00PM

Enquiry deadline

02 February 2026, 15:00PM

Date of award of contract

26 March 2026, 23:59PM

Submission address and any special instructions

In order to provide unrestricted, full, direct and free of charge access to the tender documents the Authority is providing the documents in the attachment area of the ProContract e-tender portal at www.supplyingthesouthwest.org.ukIn order to access amendable versions of the documents and to submit a response, Suppliers will need to register as a Supplier with ProContract at www.supplyingthesouthwest.org.uk then register an interest in this procurement before obtaining access and downloading the word and excel format documents for completion and submission.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Coding

Commodity categories

ID Title Parent category
71610000 Composition and purity testing and analysis services Technical testing, analysis and consultancy services
41110000 Drinking water Natural water
71317200 Health and safety services Hazard protection and control consultancy services
09321000 Hot water Steam, hot water and associated products
38910000 Hygiene monitoring and testing equipment Miscellaneous evaluation or testing instruments
31161400 Primary water systems Parts for electrical motors and generators
65100000 Water distribution and related services Public utilities
44611500 Water tanks Tanks

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.