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

Legionella Water Management Contract

  • First published: 27 May 2025
  • Last modified: 27 May 2025
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05153e
Published by:
West Dunbartonshire Council
Authority ID:
AA21334
Publication date:
27 May 2025
Deadline date:
17 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract is required to ensure we meet our statutory obligations under the Approved Code of Practice – ‘The Control of Legionella Bacteria in Water Systems’ (ACOPL8). The tender will cover the monthly, quarterly, bi-annual and annual inspections of water systems in the Council operational buildings. The proposal is to procure the works on an initial 2 year contract with an option to extend for 2 x 12 month periods,

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

UK

Contact person: Ellie Street

E-mail: corporate.procurement@west-dunbarton.gov.uk

NUTS: UKM81

Internet address(es)

Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


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

Legionella Water Management Contract

Reference number: 2425-22

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The contract is required to ensure we meet our statutory obligations under the Approved Code of Practice – ‘The Control of Legionella Bacteria in Water Systems’ (ACOPL8). The tender will cover the monthly, quarterly, bi-annual and annual inspections of water systems in the Council operational buildings. The proposal is to procure the works on an initial 2 year contract with an option to extend for 2 x 12 month periods,

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire Area.

II.2.4) Description of the procurement

The contract is required to ensure we meet our statutory obligations under the Approved Code of Practice – ‘The Control of Legionella Bacteria in Water Systems’ (ACOPL8). The tender will cover the monthly, quarterly, bi-annual and annual inspections of water systems in the Council operational buildings. The proposal is to procure the works on an initial 2 year contract with an option to extend for 2 x 12 month periods,

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery/Methodology / Weighting: 16

Quality criterion: Business Continuity / Weighting: 12

Quality criterion: Staffing / Weighting: 4

Quality criterion: Reporting / Weighting: 4

Quality criterion: Sustainability / Weighting: 1.2

Quality criterion: Fair work First / Weighting: 0.8

Quality criterion: Social Benefits / Weighting: 2

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions.

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:

Minimum level(s) of standards required:

With reference to SPD questions:

4B.1.1 & 4B. 1.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual contract value of contract on offer est. 140,000 GBP, therefore a turnover of 280,000 GBP is required.

Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.

- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.

- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.

- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.

WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.


Minimum level(s) of standards required:

Insurance

Q4B.5.1 –It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:

- Employers Liability Insurance - 10 million GBP each and every claim

Q4B5.2

- Public and Product Liability Insurance - 10 million GBP each and every claim

- Professional Indemnity Insurance - 5 million GBP each and every claim

III.1.3) Technical and professional ability

List and brief description of selection criteria:

With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of similar project types


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 17/06/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 17/06/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29057. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The social benefit questionnaire must be completed and submitted within the response.

(SC Ref:796630)

VI.4) Procedures for review

VI.4.1) Review body

Dumbarton Sheriff Court and Justice of Peace Court

Sheriff Court House, Church Street

Dumbarton

G82 1QL

UK

VI.5) Date of dispatch of this notice

16/05/2025

Coding

Commodity categories

ID Title Parent category
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

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:
corporate.procurement@west-dunbarton.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.