Trent & Dove Housing are inviting bids from suitably qualified and experienced
Suppliers to provide, but not limited to, the replacement of kitchens, bathrooms
and aids & adaptations for the Internal Refurbishment Programme 2026-2031.
The Contracting Authority is procuring a service contract for the provision of legionella prevention and water safety management across its property portfolio. The scope includes but is not limited to:
Risk assessments in line with HSE Approved Code of Practice L8 and relevant guidance (HSG274).
Regular water monitoring, inspection, and testing of systems (taps, outlets, tanks, calorifiers, etc.).
Sampling, analysis, and reporting of water quality results.
Provision of remedial works and interventions where required to ensure compliance.
Maintenance of accurate records and reporting to the Contracting Authority.
Emergency response in the event of positive results or suspected outbreaks.
Training, advice, and guidance to staff on water safety management.
The successful supplier will be required to provide a fully managed and compliant water safety service designed to minimise risks associated with legionella and other waterborne pathogens. Services must be delivered by competent personnel with relevant accreditations and supported by appropriate technology to provide accessible records, reporting, and audit trails.
The contract will be awarded for an initial term of five years, with the option to extend subject to performance. The estimated contract value is £135,000 per annum (£675,000 total).
Evaluation will be based on the Most Advantageous Tender, with submissions assessed on quality (60%) and price (40%). Quality criteria will focus on technical expertise, delivery approach, compliance, innovation, and social value.
The Contracting Authority is procuring a service contract for the provision of legionella prevention and water safety management across its property portfolio. The scope includes but is not limited to:
Risk assessments in line with HSE Approved Code of Practice L8 and relevant guidance (HSG274).
Regular water monitoring, inspection, and testing of systems (taps, outlets, tanks, calorifiers, etc.).
Sampling, analysis, and reporting of water quality results.
Provision of remedial works and interventions where required to ensure compliance.
Maintenance of accurate records and reporting to the Contracting Authority.
Emergency response in the event of positive results or suspected outbreaks.
Training, advice, and guidance to staff on water safety management.
The successful supplier will be required to provide a fully managed and compliant water safety service designed to minimise risks associated with legionella and other waterborne pathogens. Services must be delivered by competent personnel with relevant accreditations and supported by appropriate technology to provide accessible records, reporting, and audit trails.
The contract will be awarded for an initial term of five years, with the option to extend subject to performance. The estimated contract value is £135,000 per annum (£675,000 total).
Evaluation will be based on the Most Advantageous Tender, with submissions assessed on quality (60%) and price (40%). Quality criteria will focus on technical expertise, delivery approach, compliance, innovation, and social value.