Planning

Lightning Protection Risk Assessments

BD GROUP

This public procurement record has 1 release in its history.

Planning

15 Apr 2026 at 14:42

Summary of the contracting process

BD Group is planning a procurement process for Lightning Protection Risk Assessments, as indicated by the document dated 15 April 2026. The procurement is currently in the planning stage, with a key engagement deadline on 29 April 2026, for potential suppliers to express their interest via email. This initiative, located in Dagenham, United Kingdom, is under the aegis of BD Management Services Ltd, an ALMO of the London Borough of Barking and Dagenham. The industry category involves services related to lightning protection equipment. The process is underpinned by stringent regulatory compliance with standards like BS EN IEC 62305:2024, along with several UK safety regulations, ensuring resident safety and infrastructure resilience.

This tender provides significant growth opportunities for businesses specialising in technical inspection, testing services, and lightning-protection equipment installation. Contractors with expertise in compliance with health and safety legislation, construction design management, and those proficient in risk assessment using calibrated testing equipment will find this opportunity particularly well-suited. BD Group aims to secure a contractor who can conduct comprehensive risk assessments on approximately 743 residential properties, ensuring their adherence to statutory standards and mitigating potential risks. The contract value of £240,000 signals substantial potential for financial growth for competent providers ready to deliver high-quality services and innovative solutions under stringent regulatory constraints.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Lightning Protection Risk Assessments

Notice Description

BD Management Services Ltd, an ALMO of the The London Borough of Barking and Dagenham (LBBD), wants to commission a suitably qualified contractor to undertake comprehensive lightning protection risk assessments across LBBD's residential property portfolio. This initiative ensures resident safety, infrastructure resilience, and compliance with the latest statutory standards. The portfolio includes approximately 743 blocks across the borough that are three stories or above, including all High-Rise Buildings (HRB) and sheltered blocks. Scope of Works: On-site evaluations and data collection to inform risk calculations. Key requirements include: Standard Compliance: All assessments must be conducted in accordance with BS EN IEC 62305 2:2024. Risk Evaluation: Calculations must include the following risk categories: R1: Risk of loss of human life. R2: Risk of loss of service to the public. R3: Risk of loss of cultural heritage. R4: Risk of economic loss. Existing System Assessment: Where Lightning Protection Systems (LPS) already exist, their condition and compliance with current standards must be evaluated. Technical Tools: to utilize industry-recognized software, such as Furse's StrikeRisk or an equivalent, for accurate risk modelling. Deliverables A comprehensive report is required for each building, containing: Summary of findings and risk assessment results. Evaluation of existing LPS (if applicable). Actionable recommendations for new or upgraded systems. Full compliance documentation aligned with BS EN IEC 62305 standards. Costed Remedials: A detailed cost breakdown for all identified remedial works required to achieve compliance. A detailed Programme of Works will be required that outlines all key milestones and proposed deliverables, including specific dates for site attendance and survey completion. To ensure project alignment, regular attendance at performance review meetings with the Client throughout the duration of the programme is required. Furthermore, it shall be a core obligation to proactively identify and highlight any risks that may impact the timeline, providing mitigation strategies to prevent failures in meeting the agreed schedule. Project Constraints and Regulations Resident Considerations: Residents will remain in their homes; surveys must be conducted with minimal disruption. Regulatory Framework: Works must adhere to the Health and Safety at Work etc. Act 1974, Building Safety Act 2022, and Management Regulations 2015 (CDM 2015), among others. Regulatory Compliance & Safety Standards All works are to be executed in strict accordance with the following: UK statutory requirements and industry best practices. Failure to adhere to these regulations will be considered a breach of contract. Working at Height Regulations 2005 - Given that 763 blocks are 3 stories or above (including High-Rise Buildings), compliance with the Work at Height Regulations 2005 is paramount: Risk Assessment: A specific Working at Height Risk Assessment and Method Statement (RAMS) shall be required to be submitted and approved before any site surveys commence. Hierarchy of Control: Contractors must demonstrate how they have applied the hierarchy of control (Avoid, Prevent, Mitigate) to minimize the risk of falls. Equipment & Competence: All access equipment (e.g., MEWPs, scaffolding, or roof access systems) must be appropriately inspected (PUWER/LOLER), and personnel must hold valid certifications (e.g., IPAF, PASMA, or specialist roof safety training). Electricity at Work Regulations 1989 (EAWR) LPS is considered an electrical "system" under Regulation 6 of the EAWR. Safety of Systems: All existing and proposed systems must be designed and maintained to prevent danger (including fire and shock) resulting from natural phenomena like lightning. Continuity & Testing: Contractors must ensure that all testing of earth electrodes and conductors is conducted by "competent persons" to prevent danger to the surveyor or residents. Construction (Design and Management) Regulations 2015 (CDM) The risk assessment and any subsequent remedial works fall under CDM 2015: Duty Holder Responsibilities: The contractor will act as the "Principal Contractor" or "Contractor" (as defined by project scale) and must ensure a Construction Phase Plan is in place where applicable. Health and Safety File: All survey data, photographic evidence of non-compliance, and remedial designs must be formatted for easy inclusion in the building's permanent Health and Safety File. BS EN IEC 62305:2024 Compliance This is the primary standard for the design and testing of LPS in the UK. Contractors must specifically reference Part 2 (Risk Management) for the assessments and Part 3 (Physical Damage) for any remedial recommendations. Responses must include a commitment to using calibrated testing equipment that meets the accuracy requirements of this standard. Building Safety Act 2022 For the High-Rise Buildings (HRB) within this portfolio, the contractor must provide documentation that supports the "Golden Thread" of information. Risk assessments must be robust enough to satisfy the Building Safety Regulator (BSR) that lightning risks have been managed to "as low as reasonably practicable" (ALARP). For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Dagenham:-Lightning-protection-equipment./784JD77W6Q To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/784JD77W6Q

Planning Information

BDMS is seeking a response from suppliers so engagement may be held with suppliers, via Teams, to understand the level of interest for its requirements before a tender is issued. If you are interested in this requirement please email Sam Woolvett at samantha.woolvett@lbbd.gov.uk by noon on 29th April 2026. One to One Team's meetings may be held following EoI received.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068350
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034339-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

31216100 - Lightning-protection equipment

31216200 - Lightning conductors

45312311 - Lightning-conductor installation work

71630000 - Technical inspection and testing services

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
29 Apr 20264 days to go
Award Date
Not specified
Contract Period
7 Jun 2026 - 7 Jun 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BD GROUP
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DAGENHAM
Postcode
RM10 7FN
Post Town
Romford
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI52 Barking & Dagenham and Havering
Delivery Location
TLI52 Barking & Dagenham and Havering

Local Authority
Barking and Dagenham
Electoral Ward
Alibon
Westminster Constituency
Dagenham and Rainham

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-068350-2026-04-15T15:42:15+01:00",
    "date": "2026-04-15T15:42:15+01:00",
    "ocid": "ocds-h6vhtk-068350",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PPGG-1557-LGMY",
            "name": "BD Group",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPGG-1557-LGMY"
            },
            "address": {
                "streetAddress": "The Cube, LondonEast-UK, Yew Tree Avenue",
                "locality": "Dagenham",
                "postalCode": "RM10 7FN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI52"
            },
            "contactPoint": {
                "name": "Samantha Woolvett",
                "email": "samantha.woolvett@lbbd.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPGG-1557-LGMY",
        "name": "BD Group"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "BDMS is seeking a response from suppliers so engagement may be held with suppliers, via Teams, to understand the level of interest for its requirements before a tender is issued. If you are interested in this requirement please email Sam Woolvett at samantha.woolvett@lbbd.gov.uk by noon on 29th April 2026. One to One Team's meetings may be held following EoI received.",
                "dueDate": "2026-04-29T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "034339-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034339-2026",
                "datePublished": "2026-04-15T15:42:15+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "BDMS-124.25",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Lightning Protection Risk Assessments",
        "description": "BD Management Services Ltd, an ALMO of the The London Borough of Barking and Dagenham (LBBD), wants to commission a suitably qualified contractor to undertake comprehensive lightning protection risk assessments across LBBD's residential property portfolio. This initiative ensures resident safety, infrastructure resilience, and compliance with the latest statutory standards. The portfolio includes approximately 743 blocks across the borough that are three stories or above, including all High-Rise Buildings (HRB) and sheltered blocks. Scope of Works: On-site evaluations and data collection to inform risk calculations. Key requirements include: Standard Compliance: All assessments must be conducted in accordance with BS EN IEC 62305 2:2024. Risk Evaluation: Calculations must include the following risk categories: R1: Risk of loss of human life. R2: Risk of loss of service to the public. R3: Risk of loss of cultural heritage. R4: Risk of economic loss. Existing System Assessment: Where Lightning Protection Systems (LPS) already exist, their condition and compliance with current standards must be evaluated. Technical Tools: to utilize industry-recognized software, such as Furse's StrikeRisk or an equivalent, for accurate risk modelling. Deliverables A comprehensive report is required for each building, containing: Summary of findings and risk assessment results. Evaluation of existing LPS (if applicable). Actionable recommendations for new or upgraded systems. Full compliance documentation aligned with BS EN IEC 62305 standards. Costed Remedials: A detailed cost breakdown for all identified remedial works required to achieve compliance. A detailed Programme of Works will be required that outlines all key milestones and proposed deliverables, including specific dates for site attendance and survey completion. To ensure project alignment, regular attendance at performance review meetings with the Client throughout the duration of the programme is required. Furthermore, it shall be a core obligation to proactively identify and highlight any risks that may impact the timeline, providing mitigation strategies to prevent failures in meeting the agreed schedule. Project Constraints and Regulations Resident Considerations: Residents will remain in their homes; surveys must be conducted with minimal disruption. Regulatory Framework: Works must adhere to the Health and Safety at Work etc. Act 1974, Building Safety Act 2022, and Management Regulations 2015 (CDM 2015), among others. Regulatory Compliance & Safety Standards All works are to be executed in strict accordance with the following: UK statutory requirements and industry best practices. Failure to adhere to these regulations will be considered a breach of contract. Working at Height Regulations 2005 - Given that 763 blocks are 3 stories or above (including High-Rise Buildings), compliance with the Work at Height Regulations 2005 is paramount: Risk Assessment: A specific Working at Height Risk Assessment and Method Statement (RAMS) shall be required to be submitted and approved before any site surveys commence. Hierarchy of Control: Contractors must demonstrate how they have applied the hierarchy of control (Avoid, Prevent, Mitigate) to minimize the risk of falls. Equipment & Competence: All access equipment (e.g., MEWPs, scaffolding, or roof access systems) must be appropriately inspected (PUWER/LOLER), and personnel must hold valid certifications (e.g., IPAF, PASMA, or specialist roof safety training). Electricity at Work Regulations 1989 (EAWR) LPS is considered an electrical \"system\" under Regulation 6 of the EAWR. Safety of Systems: All existing and proposed systems must be designed and maintained to prevent danger (including fire and shock) resulting from natural phenomena like lightning. Continuity & Testing: Contractors must ensure that all testing of earth electrodes and conductors is conducted by \"competent persons\" to prevent danger to the surveyor or residents. Construction (Design and Management) Regulations 2015 (CDM) The risk assessment and any subsequent remedial works fall under CDM 2015: Duty Holder Responsibilities: The contractor will act as the \"Principal Contractor\" or \"Contractor\" (as defined by project scale) and must ensure a Construction Phase Plan is in place where applicable. Health and Safety File: All survey data, photographic evidence of non-compliance, and remedial designs must be formatted for easy inclusion in the building's permanent Health and Safety File. BS EN IEC 62305:2024 Compliance This is the primary standard for the design and testing of LPS in the UK. Contractors must specifically reference Part 2 (Risk Management) for the assessments and Part 3 (Physical Damage) for any remedial recommendations. Responses must include a commitment to using calibrated testing equipment that meets the accuracy requirements of this standard. Building Safety Act 2022 For the High-Rise Buildings (HRB) within this portfolio, the contractor must provide documentation that supports the \"Golden Thread\" of information. Risk assessments must be robust enough to satisfy the Building Safety Regulator (BSR) that lightning risks have been managed to \"as low as reasonably practicable\" (ALARP). For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Dagenham:-Lightning-protection-equipment./784JD77W6Q To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/784JD77W6Q",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31216100",
                        "description": "Lightning-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31216200",
                        "description": "Lightning conductors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312311",
                        "description": "Lightning-conductor installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI52",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 240000,
            "amount": 200000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-06-08T00:00:00+01:00",
                    "endDate": "2027-06-07T23:59:59+01:00",
                    "maxExtentDate": "2027-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "status": "planning"
    },
    "language": "en"
}