Notice Information
Notice Title
Framework Agreement for the provision of Undertaking and Production of Water Hygiene Risk Assessments and Audits
Notice Description
The Council would like to procure a Framework Agreement for the provision of Water Hygiene Risk Assessments and Audits. The works covered by this contract are intended to: * Comply with the requirement of the Approved Code of Practice L8 (the control of legionella bacteria in water systems) to maintain current legionella risk assessments * Assess the risk of scalding * Assess compliance with the water regulations. The above will be achieved by the successful contractor undertaking site-based surveys and audits to produce water hygiene risk assessments. The systems to be covered by this Contract are both hot and cold domestic systems, together with any permanently connected equipment including rainwater harvesting systems but excluding air conditioning equipment, swimming pools and hydrotherapy pools. Currently there are 493 properties across a range of local authority properties which include schools, residential homes, civic buildings, offices, fire stations, enterprise centres and small industrial units.
Lot Information
Lot 1
Renewal: 2 x 1 years to extend to 31st May 2029 and 31st May 2030
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06467e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009806-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
31161400 - Primary water systems
65100000 - Water distribution and related services
71800000 - Consulting services for water-supply and waste consultancy
Notice Value(s)
- Tender Value
- £330,000 £100K-£500K
- Lots Value
- £330,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Feb 20265 days ago
- Submission Deadline
- 9 Mar 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 May 2028 2-3 years
- Recurrence
- 2030-01-15
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STAFFORDSHIRE COUNTY COUNCIL
- Additional Buyers
CANNOCK CHASE DISTRICT COUNCIL
- Contact Name
- Not specified
- Contact Email
- michelle.davies@staffordshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- STAFFORD
- Postcode
- ST16 2DH
- Post Town
- Stoke-on-Trent
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG2 Shropshire and Staffordshire
- Small Region (ITL 3)
- TLG24 Staffordshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Cannock Chase
- Electoral Ward
- Cannock Park & Old Fallow
- Westminster Constituency
- Cannock Chase
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/009806-2026
4th February 2026 - Tender 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-06467e-2026-02-04T10:11:29Z",
"date": "2026-02-04T10:11:29Z",
"ocid": "ocds-h6vhtk-06467e",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PZDG-2995-QQMD",
"name": "Staffordshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PZDG-2995-QQMD"
},
"address": {
"streetAddress": "1 Staffordshire Place, Tipping Street,",
"locality": "Stafford",
"postalCode": "ST16 2DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "michelle.davies@staffordshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.staffordshire.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PTQN-1833-ZMYL",
"name": "Stafford Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PTQN-1833-ZMYL"
},
"address": {
"streetAddress": "Civic Centre, Riverside",
"locality": "Stafford",
"postalCode": "ST16 3AQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "michelle.davies@staffordshire.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Local Authority who may use the Framework once awarded. No involvement in the tender process"
},
{
"id": "GB-PPON-PNNH-3468-CHWJ",
"name": "South Staffordshire District Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PNNH-3468-CHWJ"
},
"address": {
"streetAddress": "Council Offices, Wolverhampton Road",
"locality": "Codsall",
"postalCode": "wv8 1px",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "michelle.davies@staffordshire.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Local Authority who may use the Framework once awarded. No involvement in the tender"
},
{
"id": "GB-PPON-PNXX-8585-GQTH",
"name": "Cannock Chase District Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PNXX-8585-GQTH"
},
"address": {
"streetAddress": "Civic Centre, Beecroft Road",
"locality": "Cannock",
"postalCode": "WS11 1BG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "michelle.davies@staffordshire.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Local Authority who may use the Framework once awarded. No involvement in the tender process"
}
],
"buyer": {
"id": "GB-PPON-PZDG-2995-QQMD",
"name": "Staffordshire County Council"
},
"tender": {
"id": "IA3767",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Framework Agreement for the provision of Undertaking and Production of Water Hygiene Risk Assessments and Audits",
"description": "The Council would like to procure a Framework Agreement for the provision of Water Hygiene Risk Assessments and Audits. The works covered by this contract are intended to: * Comply with the requirement of the Approved Code of Practice L8 (the control of legionella bacteria in water systems) to maintain current legionella risk assessments * Assess the risk of scalding * Assess compliance with the water regulations. The above will be achieved by the successful contractor undertaking site-based surveys and audits to produce water hygiene risk assessments. The systems to be covered by this Contract are both hot and cold domestic systems, together with any permanently connected equipment including rainwater harvesting systems but excluding air conditioning equipment, swimming pools and hydrotherapy pools. Currently there are 493 properties across a range of local authority properties which include schools, residential homes, civic buildings, offices, fire stations, enterprise centres and small industrial units.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31161400",
"description": "Primary water systems"
},
{
"scheme": "CPV",
"id": "65100000",
"description": "Water distribution and related services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 396000,
"amount": 330000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-06467e",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.003,
"monetaryValue": "award"
},
"description": "Please review the Framework Agreement, clause 12."
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "Please note Stafford Borough Council, Cannock Chase District Council and South Staffordshire District Council are not responsible for the tender procedure, they are named as an organisation who may call off from the Framework once awarded.",
"description": "Direct Award - as this is a single supplier framework."
}
},
"submissionMethodDetails": "The tender documents are available through Staffordshire County Councils e-tendering system 'Proactis'. https://supplierlive.proactisp2p.com All bids must be submitted back to Proactis prior to the tender deadline. Any questions regarding the tender must go through the e-tendering system via the message function.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-09T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-03-02T23:59:00Z"
},
"awardPeriod": {
"endDate": "2026-04-17T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 396000,
"amount": 330000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Working Example",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Knowledge",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance Processes and Procedures",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Communication",
"numbers": [
{
"number": 7,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Environmental",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "Staffordshire County Council requires the successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework: 1. To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/# 2: Valid and compliant member of an independent pre-qualification accrediting body. for example, Constructionline (accredited to a minimum membership level of 'GOLD') or other equivalent bodies, offer such a service. Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above Note 2 - where brand names are mentioned, the Authority will consider equivalents Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award Competency requirements: 1. The Contractor must be registered with the Legionella Control Association (LCA) for: o Legionella Risk Assessment Services 2. All personnel undertaking these works must demonstrate the attendance and successful completion of a recognised course for carrying out risk assessments for Legionella and water hygiene control by a nationally recognised organisation. Examples of such courses include: o City & Guilds - Risk Assessment for Legionella and Water Hygiene Control in Water Systems (WH004) o The Water Management Society - Legionella Risk Assessment Hot & Cold Water Systems Qualification - W300 3. All personnel must have a thorough knowledge of the implications and significance of the Water Regulations, ACoP L8, HSG274 and of all procedures necessary to identify inadequacies of operation, unsafe conditions and unauthorised alterations which constitute potential hazards. 4. Any personnel utilised on this contract must have undertaken asbestos awareness training within the past 12 months accredited by the UK Asbestos Training Association (UKATA), Independent Asbestos Training Providers (IATP) or equivalent. This training must be continuous, with a valid certificate maintained at all times within a 12-month period. 5. Any personnel utilised on this contract must evidence training for working at heights within the past 5 years 6. Any personnel operating specific access equipment must evidence training within the past 12 months for that type of equipment such as ladders, scaffold towers, MEWP's or safe use of lanyard and harnesses as required by the site conditions and bespoke risk assessment. 7. The Contractor will be required to evidence that regular training sessions are held to ensure that supervisors and operatives are continually updated in safe working practices and new legislation. Any personnel utilised on this contract must have an Enhanced DBS check"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00",
"maxExtentDate": "2030-05-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 1 years to extend to 31st May 2029 and 31st May 2030"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Proactis E-tendering system",
"url": "https://supplierlive.proactisp2p.com"
},
{
"id": "A-11346",
"documentType": "biddingDocuments",
"description": "SCC E-Tendering Portal User Guide",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11346",
"format": "application/pdf"
},
{
"id": "009806-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009806-2026",
"datePublished": "2026-02-04T10:11:29Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-01-15T23:59:59Z"
}
]
},
"riskDetails": "Local Government Re-organisation 1.1 In December 2024 the Government issued a White Paper on Local Government Re-Organisation entitled the \"English Devolution White Paper\". 1.2 In March 2025 Staffordshire County Council submitted their suggested re-organisation plan to the Government and are awaiting a response. 1.3 Final proposals will be submitted in November 2025 and implementation of the changes is expected by Government to be by 2028 at the earliest. 1.4 Whilst the expected impact of most changes to Local Government will be settled at Government Level (Change in Law) please be aware that it may be government policy or expedient that any affected party will be recommended to agree bi-lateral or multi-lateral changes to their existing contractual arrangements. 1.5 Updates on proposals and changes can be found on the Staffordshire County Council Website and at other media outlets 2 The parties agree that in the event of a Local Government Re-organisation:- 2.1 that reorganisation of local authorities may result in the transfer assignment or novation of this Agreement in whole or in part to a successor authority or successor authorities. Such transfer assignment or novation shall not constitute a breach or require consent and the [contracting party] consents to the transfer assignment or novation of this Agreement in whole or in parts to any successor authority(ies) established under the local government reorganisation legislation and that as a consequence the obligations and rights under this Agreement shall continue to apply and be enforceable by or against any successor authority(ies) following a local government reorganisation; and 2.2 the parties acknowledge that if applicable the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply and agree to comply with all consequential and reasonable obligations arising thereunder 2.3 the parties acknowledge that any new organisation(s) may utilise or create and manage all and any existing or required framework agreements relating to the provision of the [goods and] services provided under this current agreement."
},
"language": "en"
}