Tender

Water Hygiene Maintenance Services

THE ROYAL HOUSEHOLD

This public procurement record has 1 release in its history.

Tender

10 Nov 2025 at 16:05

Summary of the contracting process

The Royal Household is undergoing a procurement process for "Water Hygiene Maintenance Services," with an open competitive procedure in place. This procurement falls under the services category and focuses on water-treatment work in London and Windsor. The tender stage is active, with key deadlines for enquiries by 24th November 2025 and submissions required by 5th December 2025. The procedure includes an initial selection questionnaire to shortlist up to five suppliers for a detailed tender process, overseen by the Royal Household Procurement Team based at Buckingham Palace, London.

This contract offers substantial business growth opportunities for companies specialising in water hygiene and maintenance services. The total contract value is £1,560,000, and it supports enterprises of various sizes, including SMEs. The scope encompasses planned and reactive maintenance across multiple royal sites, creating opportunities for businesses with expertise in areas such as plant maintenance, water system improvements, and compliance with regulatory standards. Companies that are members of recognised schemes like the Legionella Control Association or Water Safe Quality Assured will have an advantage due to the focus on maintaining high technical and safety standards. The long-term nature of the contract, spanning from September 2026 to August 2029 with potential extensions, further enhances opportunities for sustained business collaborations with the Royal Household.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Water Hygiene Maintenance Services

Notice Description

Summary of Contract Scope for Water Hygiene Services The contract shall contain a number of sites across London & Windsor. Applicants must be technically able to deliver against the contract scope as follows: a. Planned maintenance according to the water risk assessment written schemes across all sites. b. Reactive water hygiene remedials arising from water sampling results across all sites detailed above. c. Routine maintenance of plant equipment, including magnetic filters, Orca copper silver systems, water softeners, ENWA filtration units, and swimming pools. d. Improvement, corrections and adjustments to water systems, as recommended under the risk assessment. e. Additional plumbing works, as agreed. f. Additional water hygiene sampling and other services, as agreed. g. Receive, update, and close out work using the RHPS CAFM system. h. Performance of all maintenance services in accordance with regulatory requirements and recommendations (e.g. O&M manuals and manufacturer's recommendations), as appropriate to each Royal Household Property. i.Maintain industry standards and best practice maintenance and operation throughout the Royal Household Estates. j.Undertake full safety checks on all relevant systems, plant and equipment to ensure full compliance with European and British Standards, Building and Fire Safety Regulations, other statutory and legislative minimum standards, the requirements of the RHPS, and any other relevant technical publications. k.Perform asset list validation and asset tagging of water system assets in the first 90 days of the contract via the RHPS CAFM system. This includes updating relevant schematics and drawings to reflect updates / changes. l.Record and publish findings in regular service reports, including identifying low-use outlets, vacant properties and out of bounds / construction areas that could pose increased risk to water hygiene. m.Maintain all systems appropriate to the operating parameters of the Royal Household Property and assets. n.Provide training tools and materials to RHPS personnel, including for flushing and other agreed activities. o.Endeavour to prolong system life and recommend to the RHPS any variations to system requirements, that would reflect improved value for money. The first report will be six (6) months post the commencement date of the contract. p.Identify to the RHPS team energy and water optimization and reduced utility consumption opportunities. The first report will be six (6) months post the commencement date of the contract. q.Identify potential system risks, and suggest innovative improvements or solutions. r.Propose improved control mechanisms and additional equipment to improve the systems. s.Identify opportunities to reduce energy consumption and carbon emissions. t.Maintain all work areas in a clean, tidy and safe condition free from oil, grease, dust, debris, foreign objects, inappropriate storage and rubbish which will include keeping all work areas in an orderly state. u.Regular reporting to the RHPS, where the contract will be reviewed against Key Performance Indicators (KPIs). To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=991517905

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05de02
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/072526-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

45232430 - Water-treatment work

50411100 - Repair and maintenance services of water meters

51514110 - Installation services of machinery and apparatus for filtering or purifying water

Notice Value(s)

Tender Value
£1,560,000 £1M-£10M
Lots Value
£1,560,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Nov 20253 months ago
Submission Deadline
5 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE ROYAL HOUSEHOLD
Contact Name
Miriam Woods
Contact Email
procurement@royal.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 1AA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI7 Outer London - West and North West

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05de02-2025-11-10T16:05:08Z",
    "date": "2025-11-10T16:05:08Z",
    "ocid": "ocds-h6vhtk-05de02",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGLT-2499-PJTM",
            "name": "The Royal Household",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGLT-2499-PJTM"
            },
            "address": {
                "streetAddress": "Royal Household Procurement Team, Buckingham Palace",
                "locality": "London",
                "postalCode": "SW1A 1AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Miriam Woods",
                "email": "procurement@royal.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGLT-2499-PJTM",
        "name": "The Royal Household"
    },
    "tender": {
        "id": "0046_PPTO",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Water Hygiene Maintenance Services",
        "description": "Summary of Contract Scope for Water Hygiene Services The contract shall contain a number of sites across London & Windsor. Applicants must be technically able to deliver against the contract scope as follows: a. Planned maintenance according to the water risk assessment written schemes across all sites. b. Reactive water hygiene remedials arising from water sampling results across all sites detailed above. c. Routine maintenance of plant equipment, including magnetic filters, Orca copper silver systems, water softeners, ENWA filtration units, and swimming pools. d. Improvement, corrections and adjustments to water systems, as recommended under the risk assessment. e. Additional plumbing works, as agreed. f. Additional water hygiene sampling and other services, as agreed. g. Receive, update, and close out work using the RHPS CAFM system. h. Performance of all maintenance services in accordance with regulatory requirements and recommendations (e.g. O&M manuals and manufacturer's recommendations), as appropriate to each Royal Household Property. i.Maintain industry standards and best practice maintenance and operation throughout the Royal Household Estates. j.Undertake full safety checks on all relevant systems, plant and equipment to ensure full compliance with European and British Standards, Building and Fire Safety Regulations, other statutory and legislative minimum standards, the requirements of the RHPS, and any other relevant technical publications. k.Perform asset list validation and asset tagging of water system assets in the first 90 days of the contract via the RHPS CAFM system. This includes updating relevant schematics and drawings to reflect updates / changes. l.Record and publish findings in regular service reports, including identifying low-use outlets, vacant properties and out of bounds / construction areas that could pose increased risk to water hygiene. m.Maintain all systems appropriate to the operating parameters of the Royal Household Property and assets. n.Provide training tools and materials to RHPS personnel, including for flushing and other agreed activities. o.Endeavour to prolong system life and recommend to the RHPS any variations to system requirements, that would reflect improved value for money. The first report will be six (6) months post the commencement date of the contract. p.Identify to the RHPS team energy and water optimization and reduced utility consumption opportunities. The first report will be six (6) months post the commencement date of the contract. q.Identify potential system risks, and suggest innovative improvements or solutions. r.Propose improved control mechanisms and additional equipment to improve the systems. s.Identify opportunities to reduce energy consumption and carbon emissions. t.Maintain all work areas in a clean, tidy and safe condition free from oil, grease, dust, debris, foreign objects, inappropriate storage and rubbish which will include keeping all work areas in an orderly state. u.Regular reporting to the RHPS, where the contract will be reviewed against Key Performance Indicators (KPIs). To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=991517905",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50411100",
                        "description": "Repair and maintenance services of water meters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51514110",
                        "description": "Installation services of machinery and apparatus for filtering or purifying water"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI7",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1560000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The first stage is a selection questionnaire, from which the top (up to) five highest scoring suppliers will be taken through to a second, more detailed tender process."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/32479EU6X7",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-12-05T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-24T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-12T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1560000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value - Sustainability",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see questions 14-18 in the Procurement Specific Questionnaire"
                        },
                        {
                            "type": "technical",
                            "description": "Please see questions 19-23 in the Procurement Specific Questionnaire. Please note that the successful organisation must be a member of appropriate recognised Competent Person Schemes that are subject to regular rigorous assessments to confirm competency. These must include Legionella Control Association, Water Safe Quality Assured, Water Management Society or equivalent."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2x 1 year optional extensions"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "072526-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072526-2025",
                "datePublished": "2025-11-10T16:05:08Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}