Construction Contract Leads
North West
Category Services
Type Tender
No. of Lots 7
Status Active
Published 28th Apr 2026
| Reference | ocds-h6vhtk-0526c2 |
| Common Procurement Vocabulary | Repair and maintenance of plant |
| Procurement Method | Dynamic market |
| Value | - |
North West
Category Services
Type Tender
No. of Lots 7
Status Active
Published 28th Apr 2026
| Reference | ocds-h6vhtk-0526c2 |
| Common Procurement Vocabulary | Repair and maintenance of plant |
| Procurement Method | Dynamic market |
| Value | - |
Scope
Reference
CP/CAS/LCC/26/1973
Description
This Dynamic Market is being established for Lancashire County Council, to support countywide works undertaken by Property Services who have a legal duty to assess and control the risk of exposure to legionella bacteria.
The Dynamic Market is divided into seven individual parts for a range of Services.
Part 1 Legionella Risk Assessment - Contract A (North)
Part 2 Legionella Risk Assessment - Contract B (South)
Part 3 Water Temperature Monitoring - Contract C (North)
Part 4 Water Temperature Monitoring - Contract D (South)
Part 5 Legionella Remedial Works - Contract E (Reactive - North)
Part 6 Legionella Remedial Works - Contract E (Reactive - South)
Part 7 Legionella Remedial Works - Contract F (Planned)
Legionella Risk Assessment
To manage and mitigate the risk of legionella disease, the Authority appoints service providers to provide annual risk assessments.
Water Temperature Monitoring
This Service comprises the monitoring of water temperatures along with inspections and related tasks at sites nominated by the Authority to satisfy Health and Safety Guidance 274 ("HSG 274") following legionella water risk assessments undertaken by others.
Legionella Remedial Works
To undertake Reactive Legionella Remedial works up to a value of 拢200, as instructed directly by either BECON, District Surveyor or Building Services Engineer, within the allocated geographical area and limited to immediate threats of scalding, rectification of "out of parameter" defects identified by the Legionella Water Monitoring Service Providers.
To undertake Planned Legionella Remedial work over 拢500 to 拢10,000 following risk assessment and specification of defined scope of remedial work as instructed by the Legionella Control Officer, or Authorised representative, to include all of the above, and :-
(i) Investigation surveys to diagnose poor circulation, balancing of systems to improve circulation.
(ii) Supply and installation of replacement plant and equipment where this reduces risk.
(iii) Chemical disinfection and assurance sampling
All successful suppliers will be invited to tender for planned works over 拢10,000. The supplier that offers the most economically advantageous tender for each tender will be awarded the planned works.
Dynamic market dates (estimated)
1 June 2026 to 31 May 2036
Main procurement category
Services
Contract locations
- UKD4 - Lancashire
Not the same for all parts
CPV classifications are shown in Part sections, because they are not the same for all parts.
Part 1. Legionella Risk Assessment - Contract A (North)
Description
To manage and mitigate the risk of legionella disease, the Authority appoints service providers to provide annual risk assessments at allocated properties in North Lancashire
CPV classifications
- 71630000 - Technical inspection and testing services
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 2. Legionella Risk Assessment - Contract B (South)
Description
To manage and mitigate the risk of legionella disease, the Authority appoints service providers to provide annual risk assessments at allocated properties in South Lancashire
CPV classifications
- 71630000 - Technical inspection and testing services
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 3. Water Temperature Monitoring - Contract C (North)
Description
This Service comprises the monitoring of water temperatures along with inspections and related tasks at sites in the north of the County nominated by the Authority to satisfy Health and Safety Guidance 274 ("HSG 274") following legionella water risk assessments undertaken by others.
CPV classifications
- 71630000 - Technical inspection and testing services
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 4. Water Temperature Monitoring - Contract D (South)
Description
This Service comprises the monitoring of water temperatures along with inspections and related tasks at sites in the south of the County nominated by the Authority to satisfy Health and Safety Guidance 274 ("HSG 274") following legionella water risk assessments undertaken by others.
CPV classifications
- 71630000 - Technical inspection and testing services
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 5. Legionella Remedial Works - Contract E (Reactive - North)
Description
To undertake Reactive Legionella Remedial works up to a value of 拢200, as instructed directly by either BECON, District Surveyor or Building Services Engineer, within the north of the County and limited to immediate threats of scalding, rectification of "out of parameter" defects identified by the Legionella Water Monitoring Service Providers.
To undertake Planned Legionella Remedial work over 拢500 to 拢10,000 following risk assessment and specification of defined scope of remedial work as instructed by the Legionella Control Officer, or Authorised representative, to include all of the above, and :-
(i) Investigation surveys to diagnose poor circulation, balancing of systems to improve circulation.
(ii) Supply and installation of replacement plant and equipment where this reduces risk.
(iii) Chemical disinfection and assurance sampling
CPV classifications
- 45259000 - Repair and maintenance of plant
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 6. Legionella Remedial Works - Contract F (Reactive - South)
Description
To undertake Reactive Legionella Remedial works up to a value of 拢200, as instructed directly by either BECON, District Surveyor or Building Services Engineer, within the south of the County and limited to immediate threats of scalding, rectification of "out of parameter" defects identified by the Legionella Water Monitoring Service Providers.
To undertake Planned Legionella Remedial work over 拢500 to 拢10,000 following risk assessment and specification of defined scope of remedial work as instructed by the Legionella Control Officer, or Authorised representative, to include all of the above, and :-
(i) Investigation surveys to diagnose poor circulation, balancing of systems to improve circulation.
(ii) Supply and installation of replacement plant and equipment where this reduces risk.
(iii) Chemical disinfection and assurance sampling
CPV classifications
- 45259000 - Repair and maintenance of plant
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Part 7. Legionella Remedial Works - Contract G (Planned)
Description
To undertake Planned Legionella Remedial work over 拢10,000 following risk assessment and specification of defined scope of remedial work as instructed by the Legionella Control Officer, or Authorised representative, to include all of the above, and :-
(i) Investigation surveys to diagnose poor circulation, balancing of systems to improve circulation.
(ii) Supply and installation of replacement plant and equipment where this reduces risk.
(iii) Chemical disinfection and assurance sampling
All successful suppliers will be invited to tender for planned works over 拢10,000. The supplier that offers the most economically advantageous tender for each tender will be awarded the planned works.
CPV classifications
- 45259000 - Repair and maintenance of plant
Same for all parts
Contract locations and contract dates are shown in the Scope section, because they are the same for all parts.
Using the dynamic market
Contracting authorities that may use the dynamic market
Establishing party only
Tender notice provision when using this dynamic market
Published on Find a Tender
Maximum percentage fee charged to suppliers
0%
Participation
Legal and financial capacity conditions for membership
Part 1. Legionella Risk Assessment - Contract A (North)
Part 2. Legionella Risk Assessment - Contract B (South)
Part 3. Water Temperature Monitoring - Contract C (North)
Part 4. Water Temperature Monitoring - Contract D (South)
Part 5. Legionella Remedial Works - Contract E (Reactive - North)
Part 6. Legionella Remedial Works - Contract F (Reactive - South)
Part 7. Legionella Remedial Works - Contract G (Planned)
Included in Dynamic Market Selection Questionnaire
Verification methods:
Included in Dynamic Market Selection Questionnaire
Technical ability conditions for membership
Part 1. Legionella Risk Assessment - Contract A (North)
Part 2. Legionella Risk Assessment - Contract B (South)
Part 3. Water Temperature Monitoring - Contract C (North)
Part 4. Water Temperature Monitoring - Contract D (South)
Part 5. Legionella Remedial Works - Contract E (Reactive - North)
Part 6. Legionella Remedial Works - Contract F (Reactive - South)
Part 7. Legionella Remedial Works - Contract G (Planned)
Included in Dynamic Market Selection Questionnaire
Verification methods:
Included in Dynamic Market Selection Questionnaire
Particular suitability
Part 1. Legionella Risk Assessment - Contract A (North)
Part 2. Legionella Risk Assessment - Contract B (South)
Part 3. Water Temperature Monitoring - Contract C (North)
Part 4. Water Temperature Monitoring - Contract D (South)
Part 5. Legionella Remedial Works - Contract E (Reactive - North)
Part 6. Legionella Remedial Works - Contract F (Reactive - South)
Part 7. Legionella Remedial Works - Contract G (Planned)
Small and medium-sized enterprises (SME)
Submission
Submission address and any special instructions
Other information
Conflicts assessment prepared/revised
Yes
Documents
You will need to register to LCC's e-tendering system within Oracle Fusion, allowing you to respond to negotiations and bid for work.
Please use the link below:
Contracting authority
Lancashire County Council
- Public Procurement Organisation Number: PBBJ-2179-TNXM
PO Box 100, County Hall
Preston
PR1 0LD
United Kingdom
Email: casprocurement [at] lancashire.gov.uk
Website: /
Region: UKD45 - Mid Lancashire
Organisation type: Public authority - sub-central government
