Tender

Closed Systems Water Quality Specialist

  • University Of Edinburgh

F02: Contract notice

Notice identifier: 2025/S 000-078360

Procurement identifier (OCID): ocds-h6vhtk-0560c8

Published 1 December 2025, 10:08am



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Kristina Bondar

Email

kbondar@ed.ac.uk

Telephone

+44 1316502759

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81694471019ACB3D145C

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81694471019ACB3D145C

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

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Closed Systems Water Quality Specialist

Reference number

EC1062

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Edinburgh wishes to appoint a contractor for provision of comprehensive water quality sampling, analysis, reporting, and chemical treatment supply services. These services will cover the University estate’s heating, chilled water, condenser water, and steam-generating circuits, with an estimated contract value of up to GBP 731,684.77 (excluding VAT). The contract will support the University in meeting its regulatory obligations and maintaining safe, efficient operation across its closed water systems.

The proposed contract will run for an initial period of two years, with options to extend for up to two additional one-year periods. The requirement will be procured as a single Lot.

two.1.5) Estimated total value

Value excluding VAT: £731,684.77

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to appoint a suitably qualified, resourced and experienced Water Quality Specialist to provide sampling, analysis, reporting services and chemical treatment as required for all heating and cooling closed-circuit water systems within defined buildings across the University’s campuses.

The proposed contract will run for an initial period of two years, with options to extend for up to two additional one-year periods. The requirement will be procured as a single Lot.

The Contractor shall be a member of the Closed Systems Control Association. All water analysis shall be carried out using the analytical services (microbiological and chemical) from UKAS accredited laboratories.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £731,684.77

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Retender process to begin nine months prior to expiry

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This contract will run for an initial period of 24 months. As detailed in the ITT, the University has the option to extend this contract by 2 periods of 12 months, potentially taking the contract to a total of 48 months.

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.2.14) Additional information

Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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

List and brief description of selection criteria:

SPD ref. 4A2.1 Question 1

Bidders must confirm and provide evidence that they have the relevant qualifications (membership of the Closed Systems Control Association), undertake continued professional development and have the relevant competence within their team to deliver a contract of this nature, size and complexity.

SPD ref. 4A2.1 Question 2

Bidders must confirm and provide evidence that they hold the relevant accreditation certificate from UKAS accredited laboratory.

Details of the water analysis laboratory should be provided including confirmation of their UKAS accreditation (BS 8552: 2012 Sampling and Monitoring of Water from Building Services Closed Systems – Code of Practice).

SPD ref. 4A2.1 Question 3

The bidder must obtain “Asbestos Awareness Training” as described in the HSE’s L143 Approved Code of Practice associated with Regulation 10 the Control of Asbestos Regulations 2012”.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic and financial standing

SPD ref. 4B1.1

Bidders will be required to have a minimum “general” annual turnover of 1,463,369.52 GBP for the last 3 financial years. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up or started trading in question 4B3.

SPD ref. 4B5.1a

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 indicated below:

- Employer’s Liability - 5,000,000 GBP

- Public/Product Liability - 10,000,000 GBP

- Professional Indemnity - 2,000,000 GBP

SPD 4B.6 Statement 1 (PCG):

Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.

SPD 4B.6 Statement 2 (Financial Strength):

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:

- Current Ratio

- Quick Ratio

- Debtors Turnover Ratio

- Return on Assets

- Working Capital

- Debt to Equity Ratio

- Gross Profit Ratio

A review of ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Technical Minimum Standard 1

Bidders must confirm that, if awarded the Contract, they will provide testing records and valid calibration certificates for all testing equipment used in the delivery of the Contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the ITT tender documents for full details.

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

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-040709

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

Date

12 January 2026

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

four.2.7) Conditions for opening of tenders

Date

12 January 2026

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Nine months prior to expiry

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30696. 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 University is seeking a partnership with a supplier who is committed to delivering community benefits for this contract in the Edinburgh city region.

We have provided an indicative community benefit menu to illustrate the type of community benefits that could be delivered, and we welcome your own organisations suggestions. The exact nature, delivery and/or monitoring arrangements of proposed community benefits may be clarified or co-created post tender, however, the bidder response will be enforced as part of the contract at the discretion of the University.

See Schedule 11 - Community Benefits for EC1062 of the ITT, including appendices, for more information on Community Benefits.

(SC Ref:817066)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Email

kbondar@ed.ac.uk

Country

United Kingdom