Tender

Water Hygiene Legionella Management and LTHW Testing

NORFOLK COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Tender

04 Aug 2025 at 10:20

Planning

17 Jun 2025 at 10:46

Summary of the contracting process

Norfolk County Council has issued a tender for comprehensive water hygiene and legionella management services under the tender ID NCCT43223. This opportunity, within the public authority sub-central government category, involves technical inspection and testing services within Norfolk, United Kingdom. The procurement process is currently in the tender stage, with the submission deadline set for 4th September 2025 at noon. The contract, valued at approximately £1,333,308, commences on 1st December 2025 and could run until a maximum date of 4th December 2030, including extension options. The competitive flexible procedure will consider bids with a balanced emphasis on quality and price.

This tender presents an opportunity for businesses specialising in technical inspection services, especially those with expertise in water hygiene and legionella management, to expand their portfolio by securing a long-term contract. Companies adept in regulatory compliance, risk assessment, and innovative testing methods will be well-suited to compete in this open procedure, potentially engaging in the strategic development plans for Norfolk and Suffolk under the government's Devolution Priority Programme. Moreover, with provisions for contract extension and involvement of potential successor authorities, participating businesses can anticipate sustained engagement and growth within the local authority landscape. SMEs are particularly encouraged to express their interest, as their participation aligns well with the tender's suitability criteria.

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 Legionella Management and LTHW Testing

Notice Description

Norfolk County Council (NCC) is seeking a qualified provider to deliver comprehensive legonella and water hygiene management services The successful provider will be responsible for the testing, certification, and reporting in line with regulations and NCC Policy Procedure & Schemes of Control. This includes routine examinations of water quality such as monitoring inhibitor and Biocide levels in hot water systems and other associated plant as well as the implementation and review of legionella risk assessments, sampling, and control measures. Please note that the values in this notice are an indication for the full 5 year term of the contract including extension Options. Please note that Norfolk County Council has joined the government's Devolution Priority Programme. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. A Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk, being either one unitary or more than one. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The contract may be used by any current or future local authority serving all or part of the area currently served by Norfolk County Council and Suffolk County Council.

Lot Information

Lot LOT-0001

Renewal: 2 x12 month options to extend have been included at the discretion of Norfolk County Council.

Planning Information

Teams Market Engagement Event for 1 hour will be hosted by Norfolk County Council. Please register on INTEND https://in-tendorganiser.co.uk and register for this project under reference NCCT43223 and send a message on the facility to register your desire to attend the market engagement event and a time and date will be sent to you. If you encounter any difficulties whilst using the system you can contact the In-Tend support team by phoning 0845 557 8079 or +44 (0) 114 407 0065 or by emailing support@in-tend.co.uk.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054e16
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045556-2025
Current Stage
Tender
All Stages
Planning, 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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71630000 - Technical inspection and testing services

71631000 - Technical inspection services

Notice Value(s)

Tender Value
£1,335,308 £1M-£10M
Lots Value
£1,335,308 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20256 months ago
Submission Deadline
4 Sep 2025Expired
Future Notice Date
28 Jul 2025Expired
Award Date
Not specified
Contract Period
1 Dec 2025 - 4 Dec 2028 3-4 years
Recurrence
2029-12-04

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORFOLK COUNTY COUNCIL
Contact Name
Sarah Hardy /MH
Contact Email
sourcingteam@norfolk.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NORWICH
Postcode
NR1 2DH
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH5 Norfolk
Small Region (ITL 3)
TLH51 Norwich and East Norfolk
Delivery Location
Not specified

Local Authority
Norwich
Electoral Ward
Lakenham
Westminster Constituency
Norwich South

Further Information

Notice Documents

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-054e16-2025-08-04T11:20:29+01:00",
    "date": "2025-08-04T11:20:29+01:00",
    "ocid": "ocds-h6vhtk-054e16",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDYH-3246-XWTR",
            "name": "Norfolk County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDYH-3246-XWTR"
            },
            "address": {
                "streetAddress": "County Hall, Martineau Lane",
                "locality": "Norwich",
                "postalCode": "NR1 2DH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH15"
            },
            "contactPoint": {
                "name": "Sarah Hardy /MH",
                "email": "sourcingteam@norfolk.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "http://www.in-tendhost.co.uk/norfolkcc/aspx/Tenders/Current."
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDYH-3246-XWTR",
        "name": "Norfolk County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Teams Market Engagement Event for 1 hour will be hosted by Norfolk County Council. Please register on INTEND https://in-tendorganiser.co.uk and register for this project under reference NCCT43223 and send a message on the facility to register your desire to attend the market engagement event and a time and date will be sent to you. If you encounter any difficulties whilst using the system you can contact the In-Tend support team by phoning 0845 557 8079 or +44 (0) 114 407 0065 or by emailing support@in-tend.co.uk.",
                "dueDate": "2025-07-28T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "032883-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032883-2025",
                "datePublished": "2025-06-17T11:46:09+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "NCCT43223",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Water Hygiene Legionella Management and LTHW Testing",
        "description": "Norfolk County Council (NCC) is seeking a qualified provider to deliver comprehensive legonella and water hygiene management services The successful provider will be responsible for the testing, certification, and reporting in line with regulations and NCC Policy Procedure & Schemes of Control. This includes routine examinations of water quality such as monitoring inhibitor and Biocide levels in hot water systems and other associated plant as well as the implementation and review of legionella risk assessments, sampling, and control measures. Please note that the values in this notice are an indication for the full 5 year term of the contract including extension Options. Please note that Norfolk County Council has joined the government's Devolution Priority Programme. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. A Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk, being either one unitary or more than one. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The contract may be used by any current or future local authority serving all or part of the area currently served by Norfolk County Council and Suffolk County Council.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631000",
                        "description": "Technical inspection services"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 1602370,
            "amount": 1335308,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "LOT-0001",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-12-01T00:00:00+00:00",
                    "endDate": "2028-12-04T23:59:59+00:00",
                    "maxExtentDate": "2030-12-04T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1602370,
                    "amount": 1335308,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "NCCT43223 Water Hygiene Legionella Management and LTHW Testing We reserve the right during subsequent stages of the Competitive Flexible procedure to refine the award and or assessment criteria and may alter the relative importance of the award and or assessment criteria. Any amendments will therefore be communicated in full at the appropriate time. The structure of this Competitive Flexible Process is detailed below. Bidders will be invited to complete all schedules of the ITT Documentation pack and submit their initial bids including their Quality & Price submissions. Once bidders return their initial bid submissions via INTEND the first level of assessment will be a compliance check against the ITT instructions contained in this whole document. Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. . NCC does however reserve the right not to dialogue at the pricing assessment stage and proceed to award . All parties that Pass the Quality Threshold score will progress to having their Price scoring added to the Quality to determine a rank order of eligible bidders. The highest scoring bidder will be awarded the contract subject to effective conclusion of standstill at NCC discretion. Annex 4 Form F Quality Evaluation is weighted 50% Each Quality Question has been broken down comprising a total weighting available of the 50% amongst each of the questions. The formula for calculation will be Weighting for each question divided by Maximum Mark available x Score received. Annex 3 Form G Pricing Evaluation is weighted 50% Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. One total price will be summed as representative for the three years of the committed contract. For Price we will then use the formula Lowest Price divided by Bid Price x 50 to calculate the Price Final Score. Where bidders pricing is incomplete and this is not able to resolved / corrected within a calendar week of notifying them then they will score a zero for their pricing submission. The Quality and Price will then be added together to give a score out of 100% and bidders ranked accordingly. NCC reserve the right to undertake dialogue as part of pricing assessments if it elects to do so. Bidders will be notified during the process if this will take pace. Full tender instructions can be found in the ITT Document.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "NCCT43223 Water Hygiene Legionella Management and LTHW Testing We reserve the right during subsequent stages of the Competitive Flexible procedure to refine the award and or assessment criteria and may alter the relative importance of the award and or assessment criteria. Any amendments will therefore be communicated in full at the appropriate time. The structure of this Competitive Flexible Process is detailed below. Bidders will be invited to complete all schedules of the ITT Documentation pack and submit their initial bids including their Quality & Price submissions. Once bidders return their initial bid submissions via INTEND the first level of assessment will be a compliance check against the ITT instructions contained in this whole document. Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. . NCC does however reserve the right not to dialogue at the pricing assessment stage and proceed to award . All parties that Pass the Quality Threshold score will progress to having their Price scoring added to the Quality to determine a rank order of eligible bidders. The highest scoring bidder will be awarded the contract subject to effective conclusion of standstill at NCC discretion. Annex 4 Form F Quality Evaluation is weighted 50% Each Quality Question has been broken down comprising a total weighting available of the 50% amongst each of the questions. The formula for calculation will be Weighting for each question divided by Maximum Mark available x Score received. Annex 3 Form G Pricing Evaluation is weighted 50% Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. One total price will be summed as representative for the three years of the committed contract. For Price we will then use the formula Lowest Price divided by Bid Price x 50 to calculate the Price Final Score. Where bidders pricing is incomplete and this is not able to resolved / corrected within a calendar week of notifying them then they will score a zero for their pricing submission. The Quality and Price will then be added together to give a score out of 100% and bidders ranked accordingly. NCC reserve the right to undertake dialogue as part of pricing assessments if it elects to do so. Bidders will be notified during the process if this will take pace. Full tender instructions can be found in the ITT Document."
                        }
                    ]
                },
                "renewal": {
                    "description": "2 x12 month options to extend have been included at the discretion of Norfolk County Council."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-28T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "NCCT43223 Water Hygiene Legionella Management and LTHW Testing We reserve the right during subsequent stages of the Competitive Flexible procedure to refine the award and or assessment criteria and may alter the relative importance of the award and or assessment criteria. Any amendments will therefore be communicated in full at the appropriate time. The structure of this Competitive Flexible Process is detailed below. Bidders will be invited to complete all schedules of the ITT Documentation pack and submit their initial bids including their Quality & Price submissions. Once bidders return their initial bid submissions via INTEND the first level of assessment will be a compliance check against the ITT instructions contained in this whole document. Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. . NCC does however reserve the right not to dialogue at the pricing assessment stage and proceed to award . All parties that Pass the Quality Threshold score will progress to having their Price scoring added to the Quality to determine a rank order of eligible bidders. The highest scoring bidder will be awarded the contract subject to effective conclusion of standstill at NCC discretion. Annex 4 Form F Quality Evaluation is weighted 50% Each Quality Question has been broken down comprising a total weighting available of the 50% amongst each of the questions. The formula for calculation will be Weighting for each question divided by Maximum Mark available x Score received. Annex 3 Form G Pricing Evaluation is weighted 50% Pricing Clarifications and bidding assumptions will be assessed and dialogue maybe required during the pricing assessment stage. One total price will be summed as representative for the three years of the committed contract. For Price we will then use the formula Lowest Price divided by Bid Price x 50 to calculate the Price Final Score. Where bidders pricing is incomplete and this is not able to resolved / corrected within a calendar week of notifying them then they will score a zero for their pricing submission. The Quality and Price will then be added together to give a score out of 100% and bidders ranked accordingly. NCC reserve the right to undertake dialogue as part of pricing assessments if it elects to do so. Bidders will be notified during the process if this will take pace. Full tender instructions can be found in the ITT Document."
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "To express an interest and participate in this procurement applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the 'tenders' section and 'express an interest' to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk. Tenders must be submitted via https://in-tendhost.co.uk/norfolkcc",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-04T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-21T09:35:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-08T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Clarifications on this procurement will be issued via the Council's procurement system in-tend."
            },
            {
                "id": "A-3911",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3911",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3912",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3912",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3913",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3913",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3914",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3914",
                "format": "application/pdf"
            },
            {
                "id": "A-3915",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3915",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3916",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3916",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3917",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3917",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3918",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3918",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3919",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3919",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3920",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3920",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3921",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3921",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3922",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3922",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3923",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3923",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3924",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3924",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3995",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3995",
                "format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "045556-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045556-2025",
                "datePublished": "2025-08-04T11:20:29+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-12-04T23:59:59Z"
                }
            ]
        },
        "riskDetails": "The right to additional purchases during the contract life above that of the value stated as an approximate forecasted value. 10 Known Risks - In accordance with the Procurement Act Norfolk County Council has published within the Tender Notice and ITT Documentation the presence of a Known Risk. This known risk relates to the non availability of all asset information associated with the portfolio which may impact and require revisions and updated information to be gathered during the contract life. This may also result in modifications to the contract and or pricing schedules that may be required when the asset information becomes known. 11 Known Risk - NCC from time to time acquire and or dispose of properties which are no longer needed by services. New acquisitions will be added to contracts via a formal change control and will be subject to rates as part of this tender, while any properties which are removed will also be subject to formal change control. This may result in modifications to the contract and or pricing schedules but with no financial penalties accepted by Norfolk County Council."
    },
    "language": "en"
}