Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Water Safety: Risk Assessments and Monitoring and Remedials

  • First published: 29 January 2026
  • Last modified: 29 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-060df8
Published by:
The Guinness Partnership Limited
Authority ID:
AA21520
Publication date:
29 January 2026
Deadline date:
05 March 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 LRAsLot 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.

Full notice text

Scope

Procurement reference

PRJ1000226

Procurement 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.

Main category

Services

Delivery regions

  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Total value (estimated, excluding VAT)

3033333 GBP to 3033333GBP

Contract dates (estimated)

01 July 2026, 00:00AM to 30 June 2031, 23:59PM

Extension end date (if all the extensions are used): 30 June 2033

Contracting authority

THE GUINNESS PARTNERSHIP LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: 7th Floor, 350 Euston Road

Town/City: London

Postcode: NW1 3AX

Country: United Kingdom

Companies House: IP031693

NUTS code: UKI31

Email: procurement@guinness.org.uk

Organisation type: Public undertaking

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 2 lots

Legionella Risk Assessments

Lot number: 1

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

CPV classifications

  • 41110000 - Drinking water
  • 44611500 - Water tanks
  • 71315300 - Building surveying services
  • 71800000 - Consulting services for water-supply and waste consultancy

Delivery regions

  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

700000 GBP Excluding VAT

840000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2031, 23:59PM

Extension end date (estimated)

30 June 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The proposed contract term is 5-year, with the option of 2 annual extensions.

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

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.

Participation

Conditions

Economic

Conditions of participation

Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria:

• Lot 1: Minimum turnover of £240,000 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 £800,000 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 £5 million (five million pounds) for each and every claim;

o Public Liability Insurance of £10 million (ten million pounds) for each and every claim;

o Professional Indemnity Insurance of £2 million (two million pounds) for each and every claim

Conditions

Economic

Conditions of participation

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.

Award criteria

Type: price

Name

Price

Weighting: 40

Weighting type: percentageExact

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Legionella Monitoring and Remedial Works

Lot number: 2

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;

CPV classifications

  • 41110000 - Drinking water
  • 44611500 - Water tanks
  • 45246410 - Flood-defences maintenance works
  • 50700000 - Repair and maintenance services of building installations

Delivery regions

  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

2333333 GBP Excluding VAT

2800000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2031, 23:59PM

Extension end date (estimated)

30 June 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The proposed contract term is 5-year, with the option of 2 annual extensions.

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

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.

Participation

Conditions

Economic

Conditions of participation

Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria:

• Lot 1: Minimum turnover of £240,000 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 £800,000 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 £5 million (five million pounds) for each and every claim;

o Public Liability Insurance of £10 million (ten million pounds) for each and every claim;

o Professional Indemnity Insurance of £2 million (two million pounds) for each and every claim

Conditions

Economic

Conditions of participation

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.

Award criteria

Type: price

Name

Price

Weighting: 40

Weighting type: percentageExact

Type: quality

Name

Quality

Weighting: 60

Weighting type: percentageExact

Contract terms and risks

Payment terms

As described in the Procurement Documents.

Submission

Tender submission deadline

05 March 2026, 23:59PM

Date of award of contract

05 May 2026, 23:59PM

Submission address and any special instructions

https://supplierlive.proactisp2p.com/Account/LoginFrom the Proactis home page, select "Opportunities" and filter the "Customer Name" to "The Guinness Partnership".

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
71315300 Building surveying services Building services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
41110000 Drinking water Natural water
45246410 Flood-defences maintenance works River regulation and flood control works
50700000 Repair and maintenance services of building installations Repair and maintenance services
44611500 Water tanks Tanks

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.