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.

Contract Notice

Water Hygiene Monitoring Programme Lot 1 & 2

  • First published: 30 August 2025
  • Last modified: 30 August 2025
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-05909c
Published by:
Dundee City Council
Authority ID:
AA21980
Publication date:
30 August 2025
Deadline date:
29 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Tender for the Water Hygiene Monitoring Programme in Dundee City Council

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71317200 Health and safety services Hazard protection and control consultancy services

Delivery locations

ID Description
100 UK - All

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:
chris.murphy@dundeecity.gov.uk
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.