ÐßÐßÊÓÆµ

Construction Tenders

13 August 2025

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e61e
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodOpen procedure
Value£2,000,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e61e
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodOpen procedure
Value£2,000,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Croydon

8 Mint Walk

Croydon

CR0 1EA

Email

rosa.cano [at] croydon.gov.uk

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Hygiene

Reference number

LBC/TN/388

II.1.2) Main CPV code

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

II.1.3) Type of contract

Services

II.1.4) Short description

London Borough of Croydon is seeking to appoint up to 1 contractor to deliver Legionella Risk Assessment and Service Maintenance Repairs and Routine Monitoring to LBC housing stock properties in line with the property lists provided with this tender.Category 1 Risk Assessment: It is proposed to appoint a single contractor to risk assessments. Category 2 Service Maintenance, Repairs and Routine Monitoring: It is proposed that a single contractor be appointed.Category 3 Routine Monitoring: It is proposed that a single contractor be appointed.

II.1.5) Estimated total value

Value excluding VAT: £2,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services
  • 90920000 - Facility related sanitation services
  • 90715000 - Pollution investigation services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction
  • 44611500 - Water tanks

II.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon
Main site or place of performance

London Borough of Croydon

II.2.4) Description of the procurement

Open ProcedureCroydon Council wishes to appoint a Contractor to provide Water Hygiene Assessmentstenders for a single award for the provision of a contract for to deliver Legionella Risk Assessment and Service Maintenance Repairs and Routine Monitoring to LBC housing stock properties in line with the property lists provided with this tender on 3 categories as stated below.• Category 1 - Risk Assessment• Category 2 - Service Maintenance Repairs and Remedials • Category 3 - Routine Monitoring

II.2.5) Award criteria

Price

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Stated in the Tender Documents

III.1.2) Economic and financial standing

List and brief description of selection criteria

Stated in the Tender Documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

12:00pm

Place

Croydon


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Court of Justice

The Strand WC2A 2LL

London

Country

United Kingdom