Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Sep 2025
Reference | ocds-h6vhtk-0596b7 |
Common Procurement Vocabulary | Environmental services |
Procurement Method | Open procedure |
Value | £850,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Sep 2025
Reference | ocds-h6vhtk-0596b7 |
Common Procurement Vocabulary | Environmental services |
Procurement Method | Open procedure |
Value | £850,000 |
Section I: Contracting authority
I.1) Name and addresses
NHS Tayside
Ninewells Hospital
Dundee
DD1 9SY
Contact
Carol Mackie
carol.mackie [at] nhs.scot
Telephone
+44 1382660111
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Water Treatment Services (Legionella etc)
Reference number
CON/001/25
II.1.2) Main CPV code
- 90700000 - Environmental services
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Water Treatment Services
II.1.5) Estimated total value
Value excluding VAT: آ£850,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90700000 - Environmental services
II.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Tayside
II.2.4) Description of the procurement
The Supplier is required to provide a Service to deliver the following: Provision of Water System Maintenance, Water Treatment Services and Microbiological Sampling to include Legionella & Pseudomonas Testing (including associated Risk Assessment and Monitoring) to NHS Tayside properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
Health & Safety at Work Act 1974
Management of Health & Safety at Work Regulations 1999
ACOP L8 Guidelines for Controlling Legionella in Water Systems
HSE HSG 274 Part 2 The Control of Legionella in Hot & Cold Water Systems
COSHH Regulations 2002
Notification of Cooling Towers and Evaporation Condensers Regulations 1992
EN1717.2000 Protection against pollution of potable water in water installations
BS 6920.2.1.2000 Suitability of non-metallic products for use in contact with water intended for human consumption.
BS6700.2006 Design, installation and testing of services supplying water
BS8580:2019 Water quality. Risk assessments for Legionella control
Water Supply (water fittings) Regulations 1999
SHTM 04-01, part A: design, installation and commissioning
SHTM 04-01, part B: operational management
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Option to extend for one (1) year plus one (1) year
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
13 October 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 2 February 2026
IV.2.7) Conditions for opening of tenders
Date
13 October 2025
Local time
4:00pm
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 30097. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
To be discussed with successful bidder
(SC Ref:809706)
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court
Dundee
Country
United Kingdom