ذكذكتسئµ

Construction Tenders

17 September 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Sep 2025

Tender Details
Referenceocds-h6vhtk-0596b7
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£850,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Sep 2025

Tender Details
Referenceocds-h6vhtk-0596b7
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£850,000

Section I: Contracting authority

I.1) Name and addresses

NHS Tayside

Ninewells Hospital

Dundee

DD1 9SY

Contact

Carol Mackie

Email

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