Notice Information
Notice Title
City of London Housing - Water Testing & Risk Assessment Services _ Lot 2 BRE
Notice 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 PS71,000 (re Section 85) The estimated annual contract value for Lot 2 (BRE) is therefore PS107,000 (re Section 85) The combined Total Contract Value combining both Lots for the full contract term available (5 Years) is PS890,000
Lot Information
HRA
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.
Renewal: 2 years in annual (12 month) increments
BRELot 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.
Renewal: 2 years in annual (12 month) increments
Planning Information
The location of the PME Questionnaire is the following web address - https://cityoflondon.ukp.app.jaggaer.com/esop/toolkit/opportunity/current/59885/detail.si Suppliers will need to register and log in to the Jaggaer One portal in order to download the PME questionnaire and to upload a response.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-052a4c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/081482-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44611500 - Water tanks
45232430 - Water-treatment work
Notice Value(s)
- Tender Value
- £890,000 £500K-£1M
- Lots Value
- £890,000 £500K-£1M
- Awards Value
- £1,530,319 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Dec 20252 months ago
- Submission Deadline
- 8 Aug 2025Expired
- Future Notice Date
- 14 Jul 2025Expired
- Award Date
- 17 Sep 20255 months ago
- Contract Period
- 5 Jan 2026 - 4 Jan 2029 3-4 years
- Recurrence
- 2030-06-03
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
- Contact Name
- robert pine
- Contact Email
- robert.pine@cityoflondon.gov.uk
- Contact Phone
- 020 7606 3030
Buyer Location
- Locality
- CITY OF LONDON
- Postcode
- EC2P 2EJ
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London, TLI31 Camden and City of London
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/081482-2025
10th December 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078541-2025
1st December 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/038542-2025
9th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029407-2025
3rd June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029016-2025
2nd June 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-052a4c-2025-12-10T12:52:55Z",
"date": "2025-12-10T12:52:55Z",
"ocid": "ocds-h6vhtk-052a4c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYQD-1693-MYXR",
"name": "The Mayor and Commonalty and Citizens of the City of London",
"identifier": {
"scheme": "GB-PPON",
"id": "PYQD-1693-MYXR"
},
"address": {
"streetAddress": "PO Box 270",
"locality": "City of London",
"postalCode": "EC2P 2EJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI43"
},
"contactPoint": {
"email": "Robert.pine@cityoflondon.gov.uk",
"telephone": "020 7606 3030",
"name": "robert pine"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cityoflondon.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PVCQ-6487-MLGL",
"name": "TDK Mechanical Services (UK) Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PVCQ-6487-MLGL"
},
"address": {
"streetAddress": "The Poplars, Epping Road",
"locality": "Epping",
"postalCode": "CM16 6LA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "jade@tdk-mes-london.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PYQD-1693-MYXR",
"name": "The Mayor and Commonalty and Citizens of the City of London"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The location of the PME Questionnaire is the following web address - https://cityoflondon.ukp.app.jaggaer.com/esop/toolkit/opportunity/current/59885/detail.si Suppliers will need to register and log in to the Jaggaer One portal in order to download the PME questionnaire and to upload a response.",
"dueDate": "2025-06-23T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "029016-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029016-2025",
"datePublished": "2025-06-02T10:15:28+01:00",
"format": "text/html"
},
{
"id": "029407-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029407-2025",
"datePublished": "2025-06-03T10:28:42+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "itt_126",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "City of London Housing - Water Testing & Risk Assessment Services _ Lot 2 BRE",
"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 PS71,000 (re Section 85) The estimated annual contract value for Lot 2 (BRE) is therefore PS107,000 (re Section 85) The combined Total Contract Value combining both Lots for the full contract term available (5 Years) is PS890,000",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
}
],
"deliveryAddresses": [
{
"region": "UKI31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 1068000,
"amount": 890000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00+00:00",
"endDate": "2029-01-04T23:59:59+00:00",
"maxExtentDate": "2031-01-04T23:59:59+00:00"
},
"hasRenewal": true,
"status": "complete",
"title": "HRA",
"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.",
"value": {
"amountGross": 426000,
"amount": 355000,
"currency": "GBP"
},
"awardCriteria": {
"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%",
"numbers": [
{
"number": 60,
"weight": "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.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 = PS5,000,000 Public Liability Insurance = PS20,000,000 Professional Indemnity Insurance = PS,1,000,000 Product Liability Insurance = PS20,000,000 for any one claim and in aggregate"
},
{
"type": "technical",
"description": "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."
}
]
},
"renewal": {
"description": "2 years in annual (12 month) increments"
}
},
{
"id": "2",
"title": "BRE",
"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.",
"status": "active",
"value": {
"amountGross": 642000,
"amount": 535000,
"currency": "GBP"
},
"awardCriteria": {
"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%",
"numbers": [
{
"number": 60,
"weight": "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.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 = PS5,000,000 Public Liability Insurance = PS20,000,000 Professional Indemnity Insurance = PS,1,000,000 Product Liability Insurance = PS20,000,000 for any one claim and in aggregate"
},
{
"type": "technical",
"description": "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."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00+00:00",
"endDate": "2029-01-04T23:59:59+00:00",
"maxExtentDate": "2031-01-04T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 years in annual (12 month) increments"
}
}
],
"communication": {
"futureNoticeDate": "2025-07-14T23:59:59+01:00"
},
"status": "complete",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com/ Ref: itt_126",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-08-08T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-07-28T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-10-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "038542-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/038542-2025",
"datePublished": "2025-07-09T12:01:00+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-06-03T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "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."
}
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "City of London Housing - Water Testing & Risk Assessment Services Lot 2 BRE",
"status": "pending",
"date": "2025-09-18T00:00:00+01:00",
"value": {
"amountGross": 1194382.8,
"amount": 995319,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PVCQ-6487-MLGL",
"name": "TDK Mechanical Services (UK) Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
}
],
"deliveryAddresses": [
{
"region": "UKI31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-12-11T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00+00:00",
"endDate": "2029-01-04T23:59:59+00:00",
"maxExtentDate": "2031-01-04T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years in 12-month increments. The maximum length of the contract is therefore 5 years."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "078541-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078541-2025",
"datePublished": "2025-12-01T14:46:22Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-12-01T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-31T23:59:59+00:00",
"status": "scheduled"
}
]
},
{
"id": "2",
"title": "Lot 1 HRA",
"status": "pending",
"date": "2025-12-10T00:00:00+00:00",
"value": {
"amountGross": 642000,
"amount": 535000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PVCQ-6487-MLGL",
"name": "TDK Mechanical Services (UK) Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
}
],
"deliveryAddresses": [
{
"region": "UKI31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-12-19T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00+00:00",
"endDate": "2029-01-04T23:59:59+00:00",
"maxExtentDate": "2031-01-04T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years in 12-month increments. The maximum length of the contract is therefore 5 years."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "081482-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/081482-2025",
"datePublished": "2025-12-10T12:52:55Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-12-10T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-31T23:59:59+00:00",
"status": "scheduled"
}
]
}
]
}