Tender

Water Safety: Risk Assessments and Monitoring and Remedials

THE GUINNESS PARTNERSHIP LIMITED

This public procurement record has 2 releases in its history.

Tender

28 Jan 2026 at 14:00

Planning

26 Jan 2026 at 09:29

Summary of the contracting process

The Guinness Partnership Limited, a public undertaking organisation based in London, is seeking tenders for their "Water Safety: Risk Assessments and Monitoring and Remedials" project. This procurement process is currently at the tender stage, with a deadline for submissions on 5th March 2026. The project pertains to the industry category of services, specifically focusing on water safety including Legionella risk assessments and associated monitoring and remedials. The services detailed in the tender are intended for various regions across England, including UKC, UKE, UKF, UKH, UKI, UKJ, and UKK. The contract value amounts to £3,640,000 with the award period ending on 5th May 2026. The procurement method being used is the open procedure, which invites all qualified bidders to submit proposals.

This tender offers significant opportunities for businesses involved in water safety services, specifically those with capabilities in conducting Legionella risk assessments and water safety monitoring and remedials. It's an ideal opportunity for SMEs meeting the specified economic, financial, and technical criteria, such as a minimum turnover requirement for recent accounting periods and relevant professional qualifications. With the provision that one bidder can only be awarded one lot, this procurement process encourages diverse participation. Companies with proven experience in similar national contracts or those with the capacity to deliver comprehensive water safety services on a national scale could greatly benefit from this contract, helping them expand their market reach and secure steady work in the public sector until 2031, with the possibility of contract extensions up to 2033.

How relevant is this notice?

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 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;

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

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-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"
}