Tender

NHSDG Estates & Property Water Hygiene Risk Assessments 2025

  • Dumfries and Galloway Health Board

F02: Contract notice

Notice identifier: 2025/S 000-038439

Procurement identifier (OCID): ocds-h6vhtk-055b9f

Published 9 July 2025, 9:38am



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Health Board

Mountainhall Treatment Centre, Bankend Road

Dumfries

DG1 4AP

Contact

Dean McLean

Email

Dean.Mclean@nhs.scot

Telephone

+44 1387272777

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

www.nhsdg.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00065

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHSDG Estates & Property Water Hygiene Risk Assessments 2025

Reference number

NHSDG0132025

two.1.2) Main CPV code

  • 71313000 - Environmental engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract to be tendered by NHS Dumfries & Galloway (the “Authority) requires a provider to undertake Water Hygiene Risk Assessments in NHSDG properties throughout Dumfries & Galloway

two.1.5) Estimated total value

Value excluding VAT: £45,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

The contractor will be required to carry out a comprehensive Water Installation Inspection of Water delivery systems in all NHSDG properties listed in the NHSDG Property List with a view to producing Water Hygiene risk assessments for each property

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £45,000

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

Duration in months

6

This contract is subject to renewal

Yes

Description of renewals

The duration of the contract shall be 6 months from contract award.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

see enclosed Scope of Works and SPD

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement of NHSD&G that all contractors must be registered with the Legionella Control Association, LCA member standards to include Water Treatment Services, Hot & Cold-Water Monitoring and Inspection Services, Cleaning and Disinfection Services, Independent Consultancy Services and Legionella Sampling and Testing Services, proof of registration will be required prior to acceptance of any contractor.

The Contractor must be CHAS Advanced registered member within three months of contract award and a minimum CHAS registered (or other SSIP equivalent) at completion of the SPD.

The Contractor must ensure that risk assessment staff have as a minimum City & Guilds Level 2 Certificate in Legionella Risk Assessment and Water Safety or equal and approved in order to be considered as suitably qualified and certified to carry out the service.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The conditions of contract are the NEC4 Term Services Short Contract June 2017 (with amendments October 2020).

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 August 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 September 2025

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Three years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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=803691.

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.

(SC Ref:803691)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=803691

six.4) Procedures for review

six.4.1) Review body

Sherrif Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Institution of Chartered Surveyors

3rd Floor Princess Street

Edinburgh

EH2 4AD

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NHS Dumfries & Galloway

Mountainhall Treatment Centre Bankend Road

Dumfries

DG1 4AP

Country

United Kingdom