Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
UK
Contact person: Chris Murphy
Telephone: +44 1382433401
E-mail: chris.murphy@dundeecity.gov.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeecity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/Default.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/Default.aspx
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Water Hygiene Monitoring Programme Lot 1 & 2
Reference number: DCC/CD/110/25
II.1.2) Main CPV code
71317200
II.1.3) Type of contract
Services
II.1.4) Short description
Tender for the Water Hygiene Monitoring Programme in Dundee City Council
II.1.5) Estimated total value
Value excluding VAT:
870 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Water Hygiene Monitoring Lot 1
II.2.2) Additional CPV code(s)
71317200
II.2.3) Place of performance
NUTS code:
UKM71
II.2.4) Description of the procurement
The works shall comprise of the inspection, monitoring, servicing, testing, certification, and reporting duties involved with the Water Hygiene Programme for various Dundee City Council properties.
II.2.5) Award criteria
Criteria below:
Quality criterion: Resourcing of Requirements- Contract Resourcing
/ Weighting: 15
Quality criterion: Resourcing of Requirements- Development
/ Weighting: 5
Quality criterion: Continuous Improvement- Feedback
/ Weighting: 3
Quality criterion: Timescales
/ Weighting: 8
Quality criterion: Disruption
/ Weighting: 5
Quality criterion: Emergency Call-Out
/ Weighting: 10
Quality criterion: Programme of Works
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 1.5
Quality criterion: Fair Work Practices
/ Weighting: 1.5
Quality criterion: Continuous Improvement- Customer Care
/ Weighting: 6
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
2 Years, then a further option for 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Water Hygiene Monitoring Lot 2
II.2.2) Additional CPV code(s)
71317200
II.2.3) Place of performance
NUTS code:
UKM71
II.2.4) Description of the procurement
The works shall comprise of the inspection, monitoring, servicing, testing, certification, and reporting duties involved with the Water Hygiene Programme for various Dundee City Council properties.
II.2.5) Award criteria
Criteria below:
Quality criterion: Resourcing of Requirements- Contract Resourcing
/ Weighting: 15
Quality criterion: Resourcing of Requirements - Development
/ Weighting: 5
Quality criterion: Continuous Improvement - Customer Care
/ Weighting: 6
Quality criterion: Continous Improvement - Feedback
/ Weighting: 3
Quality criterion: Resourcing of Requirements - Timescales
/ Weighting: 8
Quality criterion: Resourcing of Requirements - Disruption
/ Weighting: 5
Quality criterion: Resourcing of Requirements - Emergency Call Out
/ Weighting: 10
Quality criterion: Resourcing of Requirements - Programme of Works
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 1.5
Quality criterion: Fair Work Practices
/ Weighting: 1.5
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
2 years, then a further period of 2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Supplier shall have in force and shall require any sub-contractor to have in force:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.
Minimum level(s) of standards required:
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/09/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/09/2025
Local time: 12:00
Place:
Dundee
Information about authorised persons and opening procedure:
Procurement Category Officer
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This will be re-procured in 7 years if extension options are utilised.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=808702.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows: It is a contract requirement for contractors to deliver the specified number of Community Benefit Outcomes for the duration of this contract. This will be calculated at a rate of 1 outcome per 100,000 GBP of spend. Please confirm your commitment to deliver Community Benefit activity and indicate what types of Community Benefit activity you intend to deliver If this is to include Community Wishes, please note that a link to the live system is below. https://wishes.dundeecity.gov.uk/wishes-requested Note that as the system is live those specific wishes may not be available at contract award. If this is the case another wish should be selected.
(SC Ref:808702)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=808702
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff Court House, 6 West Bell Street
Dundee
DD1 9AD
UK
Internet address(es)
URL: www.scotcourts.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse
Edinburgh
EH11 3XD
UK
E-mail: enquiries@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
29/08/2025