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

City of London Housing - Water Testing & Risk Assessment Services

  • First published: 14 July 2025
  • Last modified: 14 July 2025
  • 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-052a4c
Published by:
The Mayor and Commonalty and Citizens of the City of London
Authority ID:
AA77658
Publication date:
14 July 2025
Deadline date:
08 August 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Scope

Procurement reference

itt_126

Procurement 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

Main category

Works

Delivery regions

  • UKI - London
  • UKI31 - Camden and City of London

Total value (estimated, excluding VAT)

890000.00 GBP to 890000GBP

Contract dates (estimated)

05 January 2026, 00:00AM to 04 January 2029, 23:59PM

Extension end date (if all the extensions are used): 04 January 2031

Contracting authority

The Mayor and Commonalty and Citizens of the City of London

Identification register:

  • GB-PPON

Address 1: PO Box 270

Town/City: City of London

Postcode: EC2P 2EJ

Country: United Kingdom

Website: https://www.cityoflondon.gov.uk

Public Procurement Organisation Number: PYQD-1693-MYXR

NUTS code: UKI43

Contact name: robert pine

Email: CityProc.Operations@cityoflondon.gov.uk

Telephone: 020 7606 3030

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 2 lots

HRA

Lot number: 1

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.

CPV classifications

  • 45232430 - Water-treatment work
  • 44611500 - Water tanks

Delivery regions

  • UKI - London

Lot value (estimated)

355000 GBP Excluding VAT

426000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

05 January 2026, 00:00AM

Contract end date (estimated)

04 January 2029, 23:59PM

Extension end date (estimated)

04 January 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 years in annual (12 month) increments

Participation

Conditions

Economic

Conditions of participation

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

Conditions

Economic

Conditions of participation

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.

Award criteria

Type: quality

Name

Lot 1 (HRA) & Lot 2 (BRE)

Description

Technical Criteria 100%/45%

Organisational Management, Resourcing, and Contingency Planning  - 20%

Health & Safety Compliance and Risk Management  - 15%

Repairs, Service Delivery, Emergency Response, and Quality Assurance  - 15%

Mobilisation, Reporting, Asset Condition Database, and Risk Survey - 20%

Routine Water Testing Execution, Asset Verification, and Data Management  - 20%

Technology and Continuous Improvement - 10%

Responsible Procurement Criteria 15%

Reducing Carbon Emissions - 5%

Responsible Procurement Policy - 5%

Social Value Menue - Pass/Fail

Social Value Menue Method Statement - 5%

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Lot 1 (HRA) & Lot 2 (BRE)

Description

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.

Weighting: 40

Weighting type: percentageExact

BRE

Lot number: 2

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.

CPV classifications

  • 45232430 - Water-treatment work
  • 44611500 - Water tanks

Delivery regions

  • UKI31 - Camden and City of London

Lot value (estimated)

535000 GBP Excluding VAT

642000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

05 January 2026, 00:00AM

Contract end date (estimated)

04 January 2029, 23:59PM

Extension end date (estimated)

04 January 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 years in annual (12 month) increments

Participation

Conditions

Economic

Conditions of participation

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

Conditions

Economic

Conditions of participation

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.

Award criteria

Type: quality

Name

Lot 1 (HRA) & Lot 2 (BRE)

Description

Technical Criteria 100%/45%

Organisational Management, Resourcing, and Contingency Planning  - 20%

Health & Safety Compliance and Risk Management  - 15%

Repairs, Service Delivery, Emergency Response, and Quality Assurance  - 15%

Mobilisation, Reporting, Asset Condition Database, and Risk Survey - 20%

Routine Water Testing Execution, Asset Verification, and Data Management  - 20%

Technology and Continuous Improvement - 10%

Responsible Procurement Criteria 15%

Reducing Carbon Emissions - 5%

Responsible Procurement Policy - 5%

Social Value Menue - Pass/Fail

Social Value Menue Method Statement - 5%

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Lot 1 (HRA) & Lot 2 (BRE)

Description

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.

Weighting: 40

Weighting type: percentageExact

Contract terms and risks

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.

Submission

Tender submission deadline

08 August 2025, 12:00PM

Enquiry deadline

28 July 2025, 12:00PM

Date of award of contract

01 October 2025, 23:59PM

Submission address and any special instructions

https://cityoflondon.ukp.app.jaggaer.com/Ref: itt_126

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

03 June 2030, 23:59PM

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
44611500 Water tanks Tanks
45232430 Water-treatment work Ancillary works for pipelines and cables

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.