United Kingdom118 days leftOpen

Water Hygiene Quality Monitoring Services

Tender Overview

LOCATION

Gloucestershire, Wiltshire and Bristol/Bath area, United Kingdom

VALUE

£4,741,611

DEADLINE

May 31, 2026 at 23:00

CATEGORY

Other

CPV CODE

65100000

REFERENCE

001630-2026

Project Timeline

Contact Information

View Original

Original Tender Description

The appointment of contractors for Water Hygiene Quality Monitoring, Hygiene Remedial Works and Legionella Risk Assessments Swindon Borough Council are looking to engage with experienced contractors to provide Water Hygiene Quality Monitoring, Remedial Works and Legionella Risk Assessments Swindon Borough Council are looking to engage with suitably qualified contractors to carry out Water Hygiene Quality Monitoring on Council owned residential and corporate properties inline with legislation and governance. This contract shall comprise of the periodic inspection/testing and verification of the safety of water systems within council buildings, i.e. Civic Buildings, Sheltered Accommodations, Community Centres, Social Services Sites, Public Car Parks & Toilets and Multi-storey Flats, Domestic dwellings and Commercial Premises and legionella risk assessments and water hygiene remedial works. The contract will be split into three lots - Lot 1 – Water Hygiene Quality Monitoring and Planned Cyclical Maintenance Lot 2 – Water Hygiene Remedial Works Lot 3 – Legionella Risk Assessments All three lots can be bid for but a maximum of two lots can be won of the following combinations – Lot 1 Monitoring and Lot 3 Legionella Risk Assessments OR Lot 1 Monitoring and Lot 2 Remedial Works. This is due to the Legionella risk assessments identifying the remedial works which are required to be undertaken and would therefore be a conflict of interest. The contracts will be for a period of 3 Years with optional 2 year + 2 year extension periods and is estimated to commence 1st June 2026. Lot 1 Estimated contract spend is between £500,000.00 - £505,852.50 ex vat across the initial 3 year term and £1,166,666.00 - £1,180,322.50 across the full 7 year term. Lot 2 Estimated contract spend is between £890,000.00 - £895,077.00 ex vat across the initial 3 year term and £2,076,666.00 - £2,088,513.00 across the full 7 year term. Lot 3 Estimated contract spend is between £287,000.00 - £292,503.00 ex vat across the initial 3 year term and £669,666.00 - £682,507.00 across the full 7 year term. Full details relating to the services are provided in the tender documents. To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk, then Register an Interest before obtaining access to the tender documents. In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.com Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 2nd February 2026 15:00 hrs UK Local time. The Council’s responses to these clarification questions will be issued periodically on the ProContract tender portal. Tender Responses are required to be submitted no later than 9th February 2026, 15:00 hrs UK Local time via ProContract tender portal - https://www.supplyingthesouthwest.org.uk/ Supplying the South West Portal, https://www.supplyingthesouthwest.org.uk/ is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN802380 No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.
⚠️

MANDATORY EXCLUSION GROUNDS

  • None explicitly stated in the provided text.

ELIGIBILITY REQUIREMENTS

  • Be an experienced contractor.
  • Be a suitably qualified contractor.
  • Register as a Supplier with ProContract via www.supplyingthesouthwest.org.uk.
  • Register an Interest on the ProContract portal to access tender documents.
  • If bidding for multiple lots, ensure that a maximum of two lots can be won.
  • If bidding for multiple lots, ensure the combination is either Lot 1 (Monitoring) and Lot 3 (Legionella Risk Assessments) OR Lot 1 (Monitoring) and Lot 2 (Remedial Works).
  • Do not bid for Lot 2 (Remedial Works) and Lot 3 (Legionella Risk Assessments) simultaneously, as this constitutes a conflict of interest.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Possess the capability to provide Water Hygiene Quality Monitoring services.
  • Possess the capability to provide Hygiene Remedial Works.
  • Possess the capability to provide Legionella Risk Assessments.
  • Be able to carry out Water Hygiene Quality Monitoring on Council owned residential and corporate properties.
  • Ensure all services are carried out in line with relevant legislation and governance.
  • Be capable of periodic inspection/testing and verification of the safety of water systems within various council buildings (Civic Buildings, Sheltered Accommodations, Community Centres, Social Services Sites, Public Car Parks & Toilets, Multi-storey Flats, Domestic dwellings, Commercial Premises).
💰

FINANCIAL REQUIREMENTS

  • None explicitly stated in the provided text.
📋

SUBMISSION REQUIREMENTS

  • Register as a Supplier with ProContract (www.supplyingthesouthwest.org.uk).
  • Register an Interest on the ProContract portal to gain access to tender documents.
  • Submit tender clarifications in writing via the Messaging function in the ProContract tender portal by 2nd February 2026, 15:00 hrs UK Local time.
  • Submit Tender Responses no later than 9th February 2026, 15:00 hrs UK Local time.
  • Submit Tender Responses exclusively via the ProContract tender portal (https://www.supplyingthesouthwest.org.uk/).
  • Ensure all tender documents, including attachments, are completed in full.
  • Return all completed tender documents in alignment with the instructions provided within the tender documents.
  • Access all relevant documents required to respond to this opportunity via the Supplying the South West Portal (https://www.supplyingthesouthwest.org.uk/), bearing Project Id: DN802380.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

PDF
Official PDF Version
PDF001630-2026_official.pdf
Summary:
Swindon Borough Council seeks experienced contractors for water hygiene quality monitoring, remedial works, and Legionella risk assessments across three lots, with a maximum of two lots winnable to avoid conflict of interest, for a 3-year term with extensions.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

68
Good

Tender Quality Score

This tender presents a well-structured approach with clear lotting and conflict of interest mitigation, but is severely hampered by critical inconsistencies in submission deadlines and the absence of comprehensive tender documents and evaluation criteria.

Score Breakdown

Legal Compliance100/100

The open procedure and conflict of interest rules for lots are positive for legal compliance. However, the absence of explicitly stated mandatory exclusion grounds and the lack of full tender documents prevent a thorough assessment of legal adherence.

Missing explicit mandatory exclusion grounds.
Lack of full tender documents for comprehensive legal review.
Clarity40/100

The description of services, lot structure, and conflict of interest rules are clearly articulated. However, the critical inconsistency in submission deadlines creates significant ambiguity. Subjective terms like 'experienced' and 'suitably qualified' lack objective definition.

Critical inconsistency in submission deadlines.
Subjective eligibility requirements ('experienced', 'suitably qualified') without objective criteria.
Completeness83/100

Basic information and estimated financial values per lot are provided. However, the tender is critically incomplete due to the absence of full tender documents, detailed technical specifications, comprehensive eligibility criteria, financial requirements, and crucially, evaluation criteria.

Absence of full tender documents.
Missing evaluation criteria.
Fairness60/100

The open procedure and the clear lotting strategy, including conflict of interest mitigation, promote fairness and competition. However, the subjective nature of 'experienced' and 'suitably qualified' requirements, without objective metrics, could potentially lead to unfair or biased selection.

Potential for subjective interpretation of 'experienced' and 'suitably qualified' criteria.
Practicality40/100

The lotting structure and contract duration with extension options are practical for service delivery and long-term planning. However, the severe inconsistency in submission deadlines is highly impractical and confusing for potential bidders, hindering effective participation.

Critical inconsistency in submission deadlines.
Data Consistency100/100

There is a critical and unacceptable inconsistency regarding the submission deadline: 'TIMELINE' states 2026-05-31, while 'SUBMISSION REQUIREMENTS' states 2026-02-09. Additionally, the overall estimated value is in EUR, while lot-specific estimates are in GBP.

Critical inconsistency in submission deadlines (2026-05-31 vs. 2026-02-09).
Currency inconsistency (overall value in EUR, lot values in GBP).
Sustainability25/100

The inclusion of 'Social Criteria' is a positive step towards broader sustainability goals. However, the provided information lacks explicit details on environmental or innovation-focused criteria, indicating limited emphasis in these areas.

Limited explicit details on environmental or innovation criteria.

Strengths

Clear lotting strategy with effective conflict of interest mitigation.
Detailed description of required services and property types.
Inclusion of 'Social Criteria' in procurement characteristics.
Transparent estimated contract values for each lot and full term.

Concerns

Critical inconsistency in submission deadlines.
Absence of full tender documents and evaluation criteria.
Subjective eligibility requirements ('experienced', 'suitably qualified') without objective metrics.
Lack of explicit mandatory exclusion grounds.
Currency inconsistency (EUR for total, GBP for lots).

Recommendations

1. Immediately clarify and correct the conflicting submission deadlines to avoid bidder confusion and potential legal challenges.
2. Publish all comprehensive tender documents, including detailed specifications, objective eligibility criteria, financial requirements, and the complete evaluation methodology.
3. Provide objective and measurable criteria for 'experienced' and 'suitably qualified' contractors to ensure fairness and transparency.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
68/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes