ºÚÁÏÉç

Construction Tenders

07 April 2026

Related Information

Construction Contract Leads

North West

Category Services

Type Tender

No. of Lots 1

Status Active

Published 20th Feb 2026

Tender Details
Referenceocds-h6vhtk-065920
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodCompetitive flexible procedure
Value£800,000
« Previous Page

North West

Category Services

Type Tender

No. of Lots 1

Status Active

Published 20th Feb 2026

Tender Details
Referenceocds-h6vhtk-065920
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodCompetitive flexible procedure
Value£800,000

Scope

Description

Star Academies are looking to run a Find a Tender Service (FTS - above threshold) compliant tender under PA2023 to appoint a single suitable supplier to manage the water systems (legionella) across its nationwide school estate. The supplier selected will be able to provide a complete water systems management (legionella) services package including maintenance (PPM), legionella risk assessment, technical advice and remedial works, all in accordance with industry best practice e.g. HSE ACOP L8 and the final ITT documents.

Total value (estimated)

  • £800,000 excluding VAT
  • £960,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2026 to 31 August 2029
  • Possible extension to 31 August 2031
  • 5 years

Description of possible extension:

Two further optional 12 month extensions

Main procurement category

Services

CPV classifications

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

Contract locations

  • UKD36 - Greater Manchester North West
  • UKD4 - Lancashire
  • UKE4 - West Yorkshire
  • UKG - West Midlands (England)
  • UKI - London

Submission

Enquiry deadline

25 March 2026, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

25 March 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 June 2026

Recurring procurement

Publication date of next tender notice (estimated): 20 February 2031


Award criteria

Name Description Type
Simple description

Mandatory Minimum Requirements – these must all be met to progress (Pass/Fail).

- No exclusions through mandatory or discretionary grounds under Parts 1 and 2.

- Financial stability – this will be...

calculated by confirmation that your assets must be equal to or more than your liabilities.

- Confirmation of (please note that evidence of these will be requested later in the process):

- Minimum £5m insurance held, or commitment to obtain, for the following:

- Employer’s Liability

- Public Liability

- Professional Indemnity

- Holding of the following company policies (or equivalent):

- Health & Safety

- Quality

- Environmental/Sustainability

- GDPR/Data Protection

- Cyber/IT Security

- Holding of a relevant Health and Safety and quality accreditations such as:

- Safecontractor (preferred)

- SSIP/Constructionline

- ISO18001/ISO9001

- CHAS

- Supply chain payment compliance (30-day payment terms)

- UK GDPR compliance

Technical Capability (these will be scored and ranked to shortlist to ITT).

- Sector Experience & References (40%) – Evidence of working within schools and the education sector in a similar capacity with references and detailed examples given.

- National Infrastructure & Response (40%) – Demonstration of ability to meet school demands based on location of local offices and engineers nationwide within SLA commitments.

- Engineer Competence & Experience (20%) – Demonstration of engineer qualifications and capabilities including training and experience.

Price

Weighting description

Mandatory Minimum Requirements – these must all be met to progress (Pass/Fail).

- No exclusions through mandatory or discretionary grounds under Parts 1 and 2.

- Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.

- Confirmation of (please note that evidence of these will be requested later in the process):

- Minimum £5m insurance held, or commitment to obtain, for the following:

- Employer’s Liability

- Public...

Liability

- Professional Indemnity

- Holding of the following company policies (or equivalent):

- Health & Safety

- Quality

- Environmental/Sustainability

- GDPR/Data Protection

- Cyber/IT Security

- Holding of a relevant Health and Safety and quality accreditations such as:

- Safecontractor (preferred)

- SSIP/Constructionline

- ISO18001/ISO9001

- CHAS

- Supply chain payment compliance (30-day payment terms)

- UK GDPR compliance

Technical Capability (these will be scored and ranked to shortlist to ITT).

- Sector Experience & References (40%) – Evidence of working within schools and the education sector in a similar capacity with references and detailed examples given.

- National Infrastructure & Response (40%) – Demonstration of ability to meet school demands based on location of local offices and engineers nationwide within SLA commitments.

- Engineer Competence & Experience (20%) – Demonstration of engineer qualifications and capabilities including training and experience.


Other information

Payment terms

30 days

Description of risks to contract performance

Unknown assets. Further information provided at ITT stage.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This will be a PA2023 compliant, two-stage above threshold competitive flexible procedure with the intention of creating a contract with a single supplier.

Stage 1 - The Procurement Specific Questionnaire (PSQ) which will allow the trust to shortlist up to five (5) suppliers who meet the minimum requirements and score highest on the technical and competency questions in Part 3.

Stage 2 - These shortlisted suppliers will progress to the second stage of the process, the Invitation to Tender (ITT) stage where further technical capability will be tested along with refined pricing.

Please note that there is an optional presentation stage following initial procurement evaluation. This has no associated evaluation scoring but may be used to clarify and moderate scores.


Documents

Associated tender documents

Available free of charge at the above web address


Contracting authority

STAR ACADEMIES

  • Companies House: 07353849

Star Academies

Blackburn

BB1 2HT

United Kingdom

Email: matthew.little [at] staracademies.org

Region: UKD41 - Blackburn with Darwen

Organisation type: Public authority - sub-central government