Tender

Water Hygiene Monitoring Programme Lot 1 & 2

  • Dundee City Council

F02: Contract notice

Notice identifier: 2025/S 000-052515

Procurement identifier (OCID): ocds-h6vhtk-05909c

Published 29 August 2025, 3:01pm



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1QE

Contact

Chris Murphy

Email

chris.murphy@dundeecity.gov.uk

Telephone

+44 1382433401

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/Default.aspx

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Hygiene Monitoring Programme Lot 1 & 2

Reference number

DCC/CD/110/25

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Tender for the Water Hygiene Monitoring Programme in Dundee City Council

two.1.5) Estimated total value

Value excluding VAT: £870,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Water Hygiene Monitoring Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City

two.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.

two.2.5) Award criteria

Quality criterion - Name: Resourcing of Requirements- Contract Resourcing / Weighting: 15

Quality criterion - Name: Resourcing of Requirements - Development / Weighting: 5

Quality criterion - Name: Continuous Improvement - Customer Care / Weighting: 6

Quality criterion - Name: Continous Improvement - Feedback / Weighting: 3

Quality criterion - Name: Resourcing of Requirements - Timescales / Weighting: 8

Quality criterion - Name: Resourcing of Requirements - Disruption / Weighting: 5

Quality criterion - Name: Resourcing of Requirements - Emergency Call Out / Weighting: 10

Quality criterion - Name: Resourcing of Requirements - Programme of Works / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 1.5

Quality criterion - Name: Fair Work Practices / Weighting: 1.5

Price - Weighting: 40

two.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

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

two.2) Description

two.2.1) Title

Water Hygiene Monitoring Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City

two.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.

two.2.5) Award criteria

Quality criterion - Name: Resourcing of Requirements- Contract Resourcing / Weighting: 15

Quality criterion - Name: Resourcing of Requirements- Development / Weighting: 5

Quality criterion - Name: Continuous Improvement- Feedback / Weighting: 3

Quality criterion - Name: Timescales / Weighting: 8

Quality criterion - Name: Disruption / Weighting: 5

Quality criterion - Name: Emergency Call-Out / Weighting: 10

Quality criterion - Name: Programme of Works / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 1.5

Quality criterion - Name: Fair Work Practices / Weighting: 1.5

Quality criterion - Name: Continuous Improvement- Customer Care / Weighting: 6

Price - Weighting: 40

two.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.

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.1.2) 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 possibly 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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.6) Information about electronic auction

An electronic auction will be used

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

29 September 2025

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 September 2025

Local time

12:00pm

Place

Dundee

Information about authorised persons and opening procedure

Procurement Category Officer


Section six. Complementary information

six.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.

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=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

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

Internet address

www.scotcourts.gov.uk

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

Scottish Courts Service

Saughton House, Broomhouse

Edinburgh

EH11 3XD

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom