Buyer Name: THE GUINNESS PARTNERSHIP LIMITED
Buyer Address: 7th Floor, 350 Euston Road, London, UKI31, NW1 3AX, United Kingdom
Contact Email: procurement@guinness.org.uk
Buyer Name: THE GUINNESS PARTNERSHIP LIMITED
Buyer Address: 7th Floor, 350 Euston Road, London, UKI31, NW1 3AX, United Kingdom
Contact Email: procurement@guinness.org.uk
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/007627-2026
Link Description: Tender notice on Find a Tender
Lot Title: Legionella Risk Assessments
Lot 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
Lot 1 Status: active
Lot 1 Value: GBP 700,000
Lot 1 Value (Gross): GBP 840,000
Lot 1 Contract Start: 2026-07-01T00:00:00+01:00
Lot 1 Contract End: 2031-06-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (40%)
Lot 1 Award Criterion (quality): Quality (60%)
Lot Title: Legionella Monitoring and Remedial Works
Lot 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;
Lot 2 Status: active
Lot 2 Value: GBP 2,333,333
Lot 2 Value (Gross): GBP 2,800,000
Lot 2 Contract Start: 2026-07-01T00:00:00+01:00
Lot 2 Contract End: 2031-06-30T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (price): Price (40%)
Lot 2 Award Criterion (quality): Quality (60%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED"
},
"date": "2026-01-28T14:00:52Z",
"id": "007627-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-060df8",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PBNQ-4523-TMYT",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "NW1 3AX",
"region": "UKI31",
"streetAddress": "7th Floor, 350 Euston Road"
},
"contactPoint": {
"email": "procurement@guinness.org.uk"
},
"details": {
"classifications": [
{
"description": "Public undertaking",
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-IP031693",
"identifier": {
"id": "IP031693",
"scheme": "GB-COH"
},
"name": "THE GUINNESS PARTNERSHIP LIMITED",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "Engagement was carried out prior to preliminary market engagement notices being available."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-05T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "As described in the Procurement Documents."
},
"coveredBy": [
"GPA"
],
"description": "This tender comprises two national lots, both related to water safety, as detailed below:\nLot 1: Legionella Risk Assessments:\na. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification,\nb. To provide access to an online web-portal for viewing LRAs\nLot 2: Monitoring and Remedial Works:\na. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook;\nb. To undertake remedial works identified from LRA\u0027s conducted by a separate contractor and monitoring regime;\nc. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works;\nEach 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.\nThere 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.\nIn 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.\nA separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-01-28T14:00:52Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "007627-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/007627-2026"
}
],
"id": "PRJ1000226",
"items": [
{
"additionalClassifications": [
{
"description": "Drinking water",
"id": "41110000",
"scheme": "CPV"
},
{
"description": "Water tanks",
"id": "44611500",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste consultancy",
"id": "71800000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"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"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Drinking water",
"id": "41110000",
"scheme": "CPV"
},
{
"description": "Water tanks",
"id": "44611500",
"scheme": "CPV"
},
{
"description": "Flood-defences maintenance works",
"id": "45246410",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of building installations",
"id": "50700000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"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"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"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.\nIn 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.\nA separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2031-06-30T23:59:59+01:00",
"maxExtentDate": "2033-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"description": "a. To undertake and maintain Legionella Risk Assessments (LRAs) to all applicable Guinness properties in accordance with the specification\nb. To provide access to an online web-portal for viewing LRAs",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The proposed contract term is 5-year, with the option of 2 annual extensions."
},
"selectionCriteria": {
"criteria": [
{
"description": "Evidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying the following criteria:\n\u2022 Lot 1: Minimum turnover of \u00a3240,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading)\n\u2022 Lot 2: Minimum turnover of \u00a3800,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading)\nEconomic and Financial Standing -\nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying both of the following criteria:\n\u2022 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.\nWhere 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\u0027s 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.\nA supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant\u0027s accountancy ratios flag one or more \u0027Red\u0027 risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score.\nGuinness may, however, at its discretion at this stage carry out further enquiries into the Participant\u0027s 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\u0027s financial risk position is acceptable within this context.\nWhere 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.\nGuinness reserves the right to reassess the Participant\u0027s 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.\nInsurance -\nCommitment that the Participant can secure insurances as follows:\no\tEmployers Liability insurance of \u00a35 million (five million pounds) for each and every claim;\no\tPublic Liability Insurance of \u00a310 million (ten million pounds) for each and every claim;\no\tProfessional Indemnity Insurance of \u00a32 million (two million pounds) for each and every claim",
"type": "economic"
},
{
"description": "Technical and Professional Ability\nEvidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either:\n\u2022\tHaving 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).\nOr,\n\u2022 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\u0027s operational regions. Any such explanation must be based on experience and information provided within the Participant\u0027s submission and must not introduce new examples or contracts.\n\u2022 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).\nSkills \u0026 Qualifications - \nFor this process, Participants must have the following:\nLot 1: Legionella Risk Assessments \nAs a minimum, Legionella Risk Assessors shall hold:\n\u2022\tA City \u0026 Guilds Legionella Risk Assessment qualification (or equivalent recognised qualification);\n\u2022\tA minimum of two (2) years\u0027 demonstrable experience in water hygiene and Legionella risk assessment;\n\u2022\tCity \u0026 Guilds / Water Management Society (WMSoc) - Practical Legionella Risk Assessment: Hot \u0026 Cold-Water Systems (or equivalent);\n\u2022\tWMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent);\n\u2022\tLevel 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.\nEquivalent qualifications will be considered where the Consultant can demonstrate that they meet or exceed the competence and learning outcomes of the qualifications listed above.\nLot 2: Monitoring and Remedial Works\nAs a minimum, operatives undertaking monitoring and remedial activities shall hold:\n\u2022\tBOHS P900 - Legionella Control in Water Systems or a comparable City \u0026 Guilds water hygiene qualification;\n\u2022\tA minimum of two (2) years\u0027 demonstrable practical experience in water hygiene monitoring and remedial works;\n\u2022\tA 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).\n\u2022\tSupervisory 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. \n\u2022\tWMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent);\n\u2022\tLevel 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.\nEquivalent qualifications will be accepted where the Contractor can demonstrate that competence and learning outcomes meet or exceed those specified above.\nOrganisational Standards -\nFor this process, Participants must have the following:\nLot 1_ Legionella Risk Assessments:\n\u2022\tISO 9001 - Quality Management System.\n\u2022\tISO 45001 - Occupational Health and Safety Management System.\n\u2022\tISO 14001 - Environmental Management System.\n\u2022\tBe a full member of the Legionella Control Association (LCA)\n\u2022\tISO/IEC 17020 or equivalent to be added for LRAs\nLot 2_ Monitoring and Remedial Works:\n\u2022\tISO 9001 - Quality Management System.\n\u2022\tISO 45001 - Occupational Health and Safety Management System.\n\u2022\tISO 14001 - Environmental Management System.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Legionella Risk Assessments",
"value": {
"amount": 700000,
"amountGross": 840000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2031-06-30T23:59:59+01:00",
"maxExtentDate": "2033-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"description": "a. To undertake water safety monitoring activities in accordance with the written scheme identified by separate LRA Contractor and update logbook;\nb. To undertake remedial works identified from LRA\u0027s conducted by a separate contractor and monitoring regime;\nc. To provide access to an online web-portal for viewing online water temperature logbooks, and progress with remedial works;",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The proposed contract term is 5-year, with the option of 2 annual extensions."
},
"selectionCriteria": {
"criteria": [
{
"description": "Evidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying the following criteria:\n\u2022 Lot 1: Minimum turnover of \u00a3240,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading)\n\u2022 Lot 2: Minimum turnover of \u00a3800,000 for each of the last 2 accounting periods (or for the period available if less than three years of trading)\nEconomic and Financial Standing -\nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying both of the following criteria:\n\u2022 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.\nWhere 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\u0027s 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.\nA supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant\u0027s accountancy ratios flag one or more \u0027Red\u0027 risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score.\nGuinness may, however, at its discretion at this stage carry out further enquiries into the Participant\u0027s 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\u0027s financial risk position is acceptable within this context.\nWhere 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.\nGuinness reserves the right to reassess the Participant\u0027s 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.\nInsurance -\nCommitment that the Participant can secure insurances as follows:\no\tEmployers Liability insurance of \u00a35 million (five million pounds) for each and every claim;\no\tPublic Liability Insurance of \u00a310 million (ten million pounds) for each and every claim;\no\tProfessional Indemnity Insurance of \u00a32 million (two million pounds) for each and every claim",
"type": "economic"
},
{
"description": "Technical and Professional Ability\nEvidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either:\n\u2022\tHaving 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).\nOr,\n\u2022 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\u0027s operational regions. Any such explanation must be based on experience and information provided within the Participant\u0027s submission and must not introduce new examples or contracts.\n\u2022 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).\nSkills \u0026 Qualifications - \nFor this process, Participants must have the following:\nLot 1: Legionella Risk Assessments \nAs a minimum, Legionella Risk Assessors shall hold:\n\u2022\tA City \u0026 Guilds Legionella Risk Assessment qualification (or equivalent recognised qualification);\n\u2022\tA minimum of two (2) years\u0027 demonstrable experience in water hygiene and Legionella risk assessment;\n\u2022\tCity \u0026 Guilds / Water Management Society (WMSoc) - Practical Legionella Risk Assessment: Hot \u0026 Cold-Water Systems (or equivalent);\n\u2022\tWMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent);\n\u2022\tLevel 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.\nEquivalent qualifications will be considered where the Consultant can demonstrate that they meet or exceed the competence and learning outcomes of the qualifications listed above.\nLot 2: Monitoring and Remedial Works\nAs a minimum, operatives undertaking monitoring and remedial activities shall hold:\n\u2022\tBOHS P900 - Legionella Control in Water Systems or a comparable City \u0026 Guilds water hygiene qualification;\n\u2022\tA minimum of two (2) years\u0027 demonstrable practical experience in water hygiene monitoring and remedial works;\n\u2022\tA 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).\n\u2022\tSupervisory 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. \n\u2022\tWMSoc W037 - HTM 04-01: Managing and Controlling the Risk of Waterborne Pathogens in Water Systems (or equivalent);\n\u2022\tLevel 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.\nEquivalent qualifications will be accepted where the Contractor can demonstrate that competence and learning outcomes meet or exceed those specified above.\nOrganisational Standards -\nFor this process, Participants must have the following:\nLot 1_ Legionella Risk Assessments:\n\u2022\tISO 9001 - Quality Management System.\n\u2022\tISO 45001 - Occupational Health and Safety Management System.\n\u2022\tISO 14001 - Environmental Management System.\n\u2022\tBe a full member of the Legionella Control Association (LCA)\n\u2022\tISO/IEC 17020 or equivalent to be added for LRAs\nLot 2_ Monitoring and Remedial Works:\n\u2022\tISO 9001 - Quality Management System.\n\u2022\tISO 45001 - Occupational Health and Safety Management System.\n\u2022\tISO 14001 - Environmental Management System.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Legionella Monitoring and Remedial Works",
"value": {
"amount": 2333333,
"amountGross": 2800000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login\nFrom 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"
},
"title": "Water Safety: Risk Assessments and Monitoring and Remedials",
"value": {
"amount": 3033333,
"amountGross": 3640000,
"currency": "GBP"
}
}
}