Notice Information
Notice Title
Water Safety: Risk Assessments and Monitoring and Remedials
Notice Description
This tender comprises two national lots, both related to water safety, as detailed below: Lot 1: Legionella Risk Assessments: a. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification, b. To provide access to an online web-portal for viewing LRAs Lot 2: Monitoring and Remedial Works: a. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook; b. To undertake remedial works identified from LRA's conducted by a separate contractor and monitoring regime; c. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works; Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.
Lot Information
Legionella Risk Assessments
a. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification b. To provide access to an online web-portal for viewing LRAs
Renewal: The proposed contract term is 5-year, with the option of 2 annual extensions.
Legionella Monitoring and Remedial Worksa. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook; b. To undertake remedial works identified from LRA's conducted by a separate contractor and monitoring regime; c. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works;
Renewal: The proposed contract term is 5-year, with the option of 2 annual extensions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060df8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007627-2026
- 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
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
41 - Collected and purified water
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
41110000 - Drinking water
44611500 - Water tanks
45246410 - Flood-defences maintenance works
50700000 - Repair and maintenance services of building installations
71315300 - Building surveying services
71800000 - Consulting services for water-supply and waste consultancy
Notice Value(s)
- Tender Value
- £3,033,333 £1M-£10M
- Lots Value
- £3,033,333 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jan 20261 weeks ago
- Submission Deadline
- 5 Mar 20264 weeks to go
- Future Notice Date
- 27 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2031 Over 5 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 GUINNESS PARTNERSHIP LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@guinness.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 3AX
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLC North East (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/007627-2026
28th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/006445-2026
26th January 2026 - Pipeline 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-060df8-2026-01-28T14:00:52Z",
"date": "2026-01-28T14:00:52Z",
"ocid": "ocds-h6vhtk-060df8",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "006445-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/006445-2026",
"datePublished": "2026-01-26T09:29:46Z",
"format": "text/html"
}
],
"noEngagementNoticeRationale": "Engagement was carried out prior to preliminary market engagement notices being available."
},
"parties": [
{
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "IP031693"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBNQ-4523-TMYT"
}
],
"address": {
"streetAddress": "7th Floor, 350 Euston Road",
"locality": "London",
"postalCode": "NW1 3AX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "procurement@guinness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED"
},
"tender": {
"id": "PRJ1000226",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Water Safety: Risk Assessments and Monitoring and Remedials",
"description": "This tender comprises two national lots, both related to water safety, as detailed below: Lot 1: Legionella Risk Assessments: a. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification, b. To provide access to an online web-portal for viewing LRAs Lot 2: Monitoring and Remedial Works: a. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook; b. To undertake remedial works identified from LRA's conducted by a separate contractor and monitoring regime; c. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works; Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "41110000",
"description": "Drinking water"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "41110000",
"description": "Drinking water"
},
{
"scheme": "CPV",
"id": "44611500",
"description": "Water tanks"
},
{
"scheme": "CPV",
"id": "45246410",
"description": "Flood-defences maintenance works"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 3640000,
"amount": 3033333,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2031-06-30T23:59:59+01:00",
"maxExtentDate": "2033-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"title": "Legionella Risk Assessments",
"description": "a. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification b. To provide access to an online web-portal for viewing LRAs",
"value": {
"amountGross": 840000,
"amount": 700000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria: * Lot 1: Minimum turnover of PS240,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading) * Lot 2: Minimum turnover of PS800,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading) Economic and Financial Standing - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying both of the following criteria: * A \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above. Where a Participant fails to meet the risk assessment criteria and or the turnover requirement, a further financial assessment will be conducted. The assessment will consist of applying recognised accounting ratios, as shown in Appendix B, to understand a Participant's financial health. Each ratio will be rated either red, amber, neutral or green depending on the outcome of the ratio. The assessment of red, neutral or green for each ratio is shown in Appendix B. A supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant's accountancy ratios flag one or more 'Red' risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score. Guinness may, however, at its discretion at this stage carry out further enquiries into the Participant's financial position. Taking into account the context of the risk, the availability and the appropriateness, affordability and reasonableness of any risk mitigation measures, Guinness will make a final decision on whether the Participant's financial risk position is acceptable within this context. Where a Participant is relying on another member of the bidding group/consortium or any subcontractors or other security to meet the economic and financial standing criteria, confirmation that the relevant person or entity is willing to provide a guarantee or other security if required. Guinness reserves the right to reassess the Participant's Economic and Financial Standing throughout the procurement process and/or Contract term. Any successful supplier will be subject to a further financial assessment as described above, prior to any award of contract. Insurance - Commitment that the Participant can secure insurances as follows: o Employers Liability insurance of PS5 million (five million pounds) for each and every claim; o Public Liability Insurance of PS10 million (ten million pounds) for each and every claim; o Professional Indemnity Insurance of PS2 million (two million pounds) for each and every claim"
},
{
"type": "technical",
"description": "Technical and Professional Ability Evidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either: * Having delivered at least three previous or current national contracts of a relevant size, geographies, scope and nature, including planned and reactive activities, relevant to the Contract being tendered. Examples to be from the past three years. Older examples may be considered where necessary. Where bidding as a group / consortium, examples should be where one or more group / consortium members have delivered similar requirements. If this is not possible, up to three examples should be provided from the principal members of the group. Where a Participant is proposing to subcontract a portion of the contract, provide relevant examples where one or more of the essential subcontractors have delivered similar requirements (separate examples are not required from each subcontract). Or, * Where the Participant cannot provide at least one example which otherwise provides a sufficient level of evidence to meet all of the criteria above, that the Participant is able to demonstrate the required professional and technical capacity to deliver the Contract requirements through other means. This may include, for example, an explanation of how experience gained through the delivery of multiple regional or sub-national contracts demonstrates the capacity, organisational capability, resources and systems required to deliver services on a national basis, including across the Authority's operational regions. Any such explanation must be based on experience and information provided within the Participant's submission and must not introduce new examples or contracts. * If sub-contracting, demonstration that the Participant has appropriate arrangements and supply chain management tracking systems in place for maintaining a healthy supply chain, ensuring performance of the contract and adherence to the UK Prompt Payment Code (or equivalent schemes) (Q6.3). Skills & Qualifications - For this process, Participants must have the following: Lot 1: Legionella Risk Assessments As a minimum, Legionella Risk Assessors shall hold: * A City & Guilds Legionella Risk Assessment qualification (or equivalent recognised qualification); * A minimum of two (2) years' demonstrable experience in water hygiene and Legionella risk assessment; * City & Guilds / Water Management Society (WMSoc) - Practical Legionella Risk Assessment: Hot & Cold-Water Systems (or equivalent); * WMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent); * Level 3 Legionella Awareness for Responsible Persons, where the assessor is providing advice to the Duty Holder, Responsible Person, or supporting the development of Written Schemes. Equivalent qualifications will be considered where the Consultant can demonstrate that they meet or exceed the competence and learning outcomes of the qualifications listed above. Lot 2: Monitoring and Remedial Works As a minimum, operatives undertaking monitoring and remedial activities shall hold: * BOHS P900 - Legionella Control in Water Systems or a comparable City & Guilds water hygiene qualification; * A minimum of two (2) years' demonstrable practical experience in water hygiene monitoring and remedial works; * A recognised plumbing or mechanical services qualification, where undertaking intrusive or mechanical remedial works (including but not limited to valve replacement, pipework alterations, calorifier works, TMV servicing, tank works and system modifications). * Supervisory staff responsible for planning, quality control and technical oversight shall hold sufficient qualifications, experience and training to demonstrate competence in managing Legionella control works and interpreting ACOP L8 requirements. * WMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent); * Level 3 Legionella Awareness for Responsible Persons, where the assessor is providing advice to the Duty Holder, Responsible Person, or supporting the development of Written Schemes. Equivalent qualifications will be accepted where the Contractor can demonstrate that competence and learning outcomes meet or exceed those specified above. Organisational Standards - For this process, Participants must have the following: Lot 1_ Legionella Risk Assessments: * ISO 9001 - Quality Management System. * ISO 45001 - Occupational Health and Safety Management System. * ISO 14001 - Environmental Management System. * Be a full member of the Legionella Control Association (LCA) * ISO/IEC 17020 or equivalent to be added for LRAs Lot 2_ Monitoring and Remedial Works: * ISO 9001 - Quality Management System. * ISO 45001 - Occupational Health and Safety Management System. * ISO 14001 - Environmental Management System."
}
]
},
"renewal": {
"description": "The proposed contract term is 5-year, with the option of 2 annual extensions."
}
},
{
"id": "2",
"title": "Legionella Monitoring and Remedial Works",
"description": "a. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook; b. To undertake remedial works identified from LRA's conducted by a separate contractor and monitoring regime; c. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works;",
"status": "active",
"value": {
"amountGross": 2800000,
"amount": 2333333,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria: * Lot 1: Minimum turnover of PS240,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading) * Lot 2: Minimum turnover of PS800,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading) Economic and Financial Standing - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying both of the following criteria: * A \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above. Where a Participant fails to meet the risk assessment criteria and or the turnover requirement, a further financial assessment will be conducted. The assessment will consist of applying recognised accounting ratios, as shown in Appendix B, to understand a Participant's financial health. Each ratio will be rated either red, amber, neutral or green depending on the outcome of the ratio. The assessment of red, neutral or green for each ratio is shown in Appendix B. A supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant's accountancy ratios flag one or more 'Red' risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score. Guinness may, however, at its discretion at this stage carry out further enquiries into the Participant's financial position. Taking into account the context of the risk, the availability and the appropriateness, affordability and reasonableness of any risk mitigation measures, Guinness will make a final decision on whether the Participant's financial risk position is acceptable within this context. Where a Participant is relying on another member of the bidding group/consortium or any subcontractors or other security to meet the economic and financial standing criteria, confirmation that the relevant person or entity is willing to provide a guarantee or other security if required. Guinness reserves the right to reassess the Participant's Economic and Financial Standing throughout the procurement process and/or Contract term. Any successful supplier will be subject to a further financial assessment as described above, prior to any award of contract. Insurance - Commitment that the Participant can secure insurances as follows: o Employers Liability insurance of PS5 million (five million pounds) for each and every claim; o Public Liability Insurance of PS10 million (ten million pounds) for each and every claim; o Professional Indemnity Insurance of PS2 million (two million pounds) for each and every claim"
},
{
"type": "technical",
"description": "Technical and Professional Ability Evidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either: * Having delivered at least three previous or current national contracts of a relevant size, geographies, scope and nature, including planned and reactive activities, relevant to the Contract being tendered. Examples to be from the past three years. Older examples may be considered where necessary. Where bidding as a group / consortium, examples should be where one or more group / consortium members have delivered similar requirements. If this is not possible, up to three examples should be provided from the principal members of the group. Where a Participant is proposing to subcontract a portion of the contract, provide relevant examples where one or more of the essential subcontractors have delivered similar requirements (separate examples are not required from each subcontract). Or, * Where the Participant cannot provide at least one example which otherwise provides a sufficient level of evidence to meet all of the criteria above, that the Participant is able to demonstrate the required professional and technical capacity to deliver the Contract requirements through other means. This may include, for example, an explanation of how experience gained through the delivery of multiple regional or sub-national contracts demonstrates the capacity, organisational capability, resources and systems required to deliver services on a national basis, including across the Authority's operational regions. Any such explanation must be based on experience and information provided within the Participant's submission and must not introduce new examples or contracts. * If sub-contracting, demonstration that the Participant has appropriate arrangements and supply chain management tracking systems in place for maintaining a healthy supply chain, ensuring performance of the contract and adherence to the UK Prompt Payment Code (or equivalent schemes) (Q6.3). Skills & Qualifications - For this process, Participants must have the following: Lot 1: Legionella Risk Assessments As a minimum, Legionella Risk Assessors shall hold: * A City & Guilds Legionella Risk Assessment qualification (or equivalent recognised qualification); * A minimum of two (2) years' demonstrable experience in water hygiene and Legionella risk assessment; * City & Guilds / Water Management Society (WMSoc) - Practical Legionella Risk Assessment: Hot & Cold-Water Systems (or equivalent); * WMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent); * Level 3 Legionella Awareness for Responsible Persons, where the assessor is providing advice to the Duty Holder, Responsible Person, or supporting the development of Written Schemes. Equivalent qualifications will be considered where the Consultant can demonstrate that they meet or exceed the competence and learning outcomes of the qualifications listed above. Lot 2: Monitoring and Remedial Works As a minimum, operatives undertaking monitoring and remedial activities shall hold: * BOHS P900 - Legionella Control in Water Systems or a comparable City & Guilds water hygiene qualification; * A minimum of two (2) years' demonstrable practical experience in water hygiene monitoring and remedial works; * A recognised plumbing or mechanical services qualification, where undertaking intrusive or mechanical remedial works (including but not limited to valve replacement, pipework alterations, calorifier works, TMV servicing, tank works and system modifications). * Supervisory staff responsible for planning, quality control and technical oversight shall hold sufficient qualifications, experience and training to demonstrate competence in managing Legionella control works and interpreting ACOP L8 requirements. * WMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent); * Level 3 Legionella Awareness for Responsible Persons, where the assessor is providing advice to the Duty Holder, Responsible Person, or supporting the development of Written Schemes. Equivalent qualifications will be accepted where the Contractor can demonstrate that competence and learning outcomes meet or exceed those specified above. Organisational Standards - For this process, Participants must have the following: Lot 1_ Legionella Risk Assessments: * ISO 9001 - Quality Management System. * ISO 45001 - Occupational Health and Safety Management System. * ISO 14001 - Environmental Management System. * Be a full member of the Legionella Control Association (LCA) * ISO/IEC 17020 or equivalent to be added for LRAs Lot 2_ Monitoring and Remedial Works: * ISO 9001 - Quality Management System. * ISO 45001 - Occupational Health and Safety Management System. * ISO 14001 - Environmental Management System."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2031-06-30T23:59:59+01:00",
"maxExtentDate": "2033-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract term is 5-year, with the option of 2 annual extensions."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-27T23:59:59Z"
},
"status": "active",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login From the Proactis home page, select \"Opportunities\" and filter the \"Customer Name\" to \"The Guinness Partnership\".",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-05T23:59:59Z"
},
"awardPeriod": {
"endDate": "2026-05-05T23:59:59+01:00"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "007627-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007627-2026",
"datePublished": "2026-01-28T14:00:52Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "As described in the Procurement Documents."
}
},
"language": "en"
}