Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/072526-2025
10th November 2025 - Tender 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-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"
}