Tender

Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections

NORFOLK COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Tender

04 Aug 2025 at 10:08

Planning

30 Jun 2025 at 09:19

Summary of the contracting process

Norfolk County Council is actively seeking proposals for the provision of inspection and certification services related to LOLER (Lifting Operations and Lifting Equipment Regulations) and PSSR (Pressure Systems Safety Regulations), reflecting their commitment to the statutory requirements for insurance compliance. The procurement process is currently at the tender stage, with a closing date for submissions set for 4th September 2025. This contract falls under the services category, specifically technical inspection services, and encompasses multiple regions within the United Kingdom, including Norfolk Island. Interested parties are encouraged to submit their bids via the provided electronic system. The anticipated contract period will commence from 1st December 2025 and conclude on 4th December 2028, with possible extensions for up to two additional years. This process is classified as an open procurement method, utilising a competitive flexible procedure, and presents a significant opportunity for businesses specialised in compliance and regulatory inspections.

This tender offers lucrative prospects for businesses focusing on technical inspections and certification services, particularly SMEs looking to expand their portfolio within public sector contracts. It presents an opportunity to engage in a contract that assures a gross value of £160,000 (GBP) with potential extensions based on performance and requirements. Firms well-versed in statutory compliance within the lifting operations and pressure systems sector will find this tender particularly appealing, given the detailed approach to quality and pricing evaluations. The contract's emphasis on insurance requirements and regulatory inspections may attract companies that provide comprehensive assessment and reporting services, ensuring compliance with local government regulations. By aligning with Norfolk County Council's needs, businesses stand to gain from both the financial and strategic facets of this engagement.

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

Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections

Notice Description

Norfolk County Council (NCC) is looking for a provider who understands the importance of statutory insurance inspections, and who can deliver the testing, certification, and reporting required by regulations that fall under LOLER (Lifting Operations and Lifting Equipment Regulations) and PSSR (Pressure Systems Safety Regulations). 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.

Lot Information

Lot LOT-0001

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

Planning Information

Please note that the values in this notice are an indication for the full 5 year term of the contract including extension Options. Teams Market Engagement Event for 1 hour will be hosted by Norfolk County Council. Please register by email for this project under reference NCCT43211 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. No supplier engagement has taken place prior to this notice

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055599
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045546-2025
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

71631000 - Technical inspection services

Notice Value(s)

Tender Value
£133,333 £100K-£500K
Lots Value
£133,333 £100K-£500K
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
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
TLH15 Norwich and East Norfolk, TLH16 North and West Norfolk, TLH17 Breckland and South Norfolk

Local Authority
Norwich
Electoral Ward
Lakenham
Westminster Constituency
Norwich South

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-055599-2025-08-04T11:08:58+01:00",
    "date": "2025-08-04T11:08:58+01:00",
    "ocid": "ocds-h6vhtk-055599",
    "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",
                "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": "Please note that the values in this notice are an indication for the full 5 year term of the contract including extension Options. Teams Market Engagement Event for 1 hour will be hosted by Norfolk County Council. Please register by email for this project under reference NCCT43211 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. No supplier engagement has taken place prior to this notice",
                "dueDate": "2025-07-28T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "035996-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035996-2025",
                "datePublished": "2025-06-30T10:19:49+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "NCCT43211",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections",
        "description": "Norfolk County Council (NCC) is looking for a provider who understands the importance of statutory insurance inspections, and who can deliver the testing, certification, and reporting required by regulations that fall under LOLER (Lifting Operations and Lifting Equipment Regulations) and PSSR (Pressure Systems Safety Regulations). 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.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71631000",
                        "description": "Technical inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "NF",
                        "country": "NF",
                        "countryName": "Norfolk Island"
                    },
                    {
                        "region": "UKH15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH17",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "NF",
                        "country": "NF",
                        "countryName": "Norfolk Island"
                    },
                    {
                        "region": "UKH15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH17",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 160000,
            "amount": 133333,
            "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": 160000,
                    "amount": 133333,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "NCCT43211 Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections 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 and their tender submission will be disregarded and not eligible for award. 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": "NCCT43211 Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections 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 and their tender submission will be disregarded and not eligible for award. 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": "NCCT43211 Provision of Inspection and certification of LOLER & PSSR Assets for Insurance Requirements and Regulatory Inspections 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 and their tender submission will be disregarded and not eligible for award. 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": "Depending on any updates during the procurement process eg) to evaluation criteria these will be shared to all bidders registered on the INTEND portal for the project via the messaging/clarification option."
            },
            {
                "id": "A-3782",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3782",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3783",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3783",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3784",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3784",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3785",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3785",
                "format": "application/pdf"
            },
            {
                "id": "A-3786",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3786",
                "format": "application/pdf"
            },
            {
                "id": "A-3787",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3787",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3788",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3788",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-3789",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3789",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3790",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3790",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3791",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3791",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-3985",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-3985",
                "format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "045546-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045546-2025",
                "datePublished": "2025-08-04T11:08:58+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-12-04T23:59:59Z"
                }
            ]
        },
        "riskDetails": "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"
}