Notice Information
Notice Title
Water Quality Management (including Legionella)
Notice Description
APUC (the Authority) has put in place a Framework Agreement for Water Quality Management for use by UK Further and Higher education sector bodies and wider public bodies, which include APUC Ltd's members and affiliated bodies, Central Government Departments in Scotland and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS Scotland, Scotland Excel members and any associated or affiliated bodies, Leisure Centres and the following purchasing consortia and their members NWUPC (Including Northern Ireland Institutions), NEUPC, HEPCW and SUPC. The Services within the scope of this Framework Agreement have been subdivided into 5 Regional Lots for Risk Assessment and 2 Nationwide Lots - Lot 6 Water Treatment Services (Remedial treatment & Preventive Maintenance) and Lot 7 One stop shop for both Risk Assessment and Water Treatment Services.
Lot Information
Risk Assessment Services - North East of England
The purpose of Lot 3 Risk Assessment Services in North East of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to HE/FE Institutions in the region. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of NEUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Risk Assessment Services - WalesThe purpose of Lot 4 Risk Assessment Services in Wales is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to the members of Higher Education Purchasing Consortium Wales (HEPCW). The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of HEPCW as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Risk Assessment Services - South of EnglandThe purpose of Lot 5 Risk Assessment Services for the South of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Southern Universities Purchasing Consortium members. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of SUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
One Stop Shop for Risk Assessment and Water Treatment ServicesProvision of a One Stop Shop for a full Water Quality Management Service incorporating Risk Assessment, Sampling and Water Quality Treatment Services UK Nationwide. Some Institutions have preference for One Stop Shop option for Risk Assessment and for Water Treatment Services. Lot 7 defines this requirement where the same Contractor shall offer both services as a full management programme, thus providing a continuity of service compliant with current legislation, HSE ACoP L8, and BS8680:2020, or any superseding codes of practice. Members of APUC, NWUPC, NEUPC, HEPCW and SUPC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Risk Assessment Services - ScotlandThe purpose of Lot 1 Risk Assessment Services in Scotland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of APUC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Risk Assessment Services - North West of England & Northern IrelandThe purpose of Lot 2 Risk Assessment Services in North West England and Northern Ireland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of NWUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Water Quality Treatment Services - UK NationwideThe purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Callout, Reactive Treatment and Repairs, Preventive Maintenance Programme (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts, Provision of Training. The Services under Lot 6 are fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1 to 5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6. Members of APUC, NWUPC, NEUPC, HEPCW and SUPC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a75c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019061-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
45 - Construction work
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
24962000 - Water-treatment chemicals
45232430 - Water-treatment work
90711100 - Risk or hazard assessment other than for construction
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,400,000 £1M-£10M
Notice Dates
- Publication Date
- 6 Aug 20214 years ago
- Submission Deadline
- 21 May 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Jul 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 48 months
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- APUC LIMITED
- Contact Name
- Alice Ng
- Contact Email
- ang@apuc-scot.ac.uk
- Contact Phone
- +44 1314428930
Buyer Location
- Locality
- STIRLING
- Postcode
- FK8 2DZ
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLK South West (England), TLL Wales, TLM Scotland, TLN0 Northern Ireland
-
- Local Authority
- Stirling
- Electoral Ward
- Stirling East
- Westminster Constituency
- Stirling and Strathallan
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a75c-2021-08-06T14:45:04+01:00",
"date": "2021-08-06T14:45:04+01:00",
"ocid": "ocds-h6vhtk-02a75c",
"description": "Form of Tender Tenderers signed the Form of Tender - Appendix A prior to award to confirm that their Tender Response was a complete, true and accurate submission. Freedom of Information Tenderers confirmed that they were in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information was only submitted if applicable at point of award. It was for information only and was not scored. Sustain Supply Chain Code of Conduct In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct - Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers completed the Supply Chain Code of Conduct prior to award to assist in achieving its objectives. Declaration of Non-Involvement in Serious Organised Crime Tenderers signed the Declaration of Non-Involvement in Serious Organised Crime - Appendix G prior to award to confirm that their Tender Response was a complete, true and accurate submission. Declaration of Non-Involvement in Human Trafficking & Labour Exploitation Tenderers signed the Declaration of Non-Involvement in Human Trafficking & Labour Exploitation - Appendix H prior to award to confirm that their Tender Response was a complete, true and accurate submission. (SC Ref:663123)",
"initiationType": "tender",
"tender": {
"id": "EFM1044 AP",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Water Quality Management (including Legionella)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
},
"mainProcurementCategory": "services",
"description": "APUC (the Authority) has put in place a Framework Agreement for Water Quality Management for use by UK Further and Higher education sector bodies and wider public bodies, which include APUC Ltd's members and affiliated bodies, Central Government Departments in Scotland and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS Scotland, Scotland Excel members and any associated or affiliated bodies, Leisure Centres and the following purchasing consortia and their members NWUPC (Including Northern Ireland Institutions), NEUPC, HEPCW and SUPC. The Services within the scope of this Framework Agreement have been subdivided into 5 Regional Lots for Risk Assessment and 2 Nationwide Lots - Lot 6 Water Treatment Services (Remedial treatment & Preventive Maintenance) and Lot 7 One stop shop for both Risk Assessment and Water Treatment Services.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "3",
"title": "Risk Assessment Services - North East of England",
"description": "The purpose of Lot 3 Risk Assessment Services in North East of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to HE/FE Institutions in the region. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of NEUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Risk Assessment Services - Wales",
"description": "The purpose of Lot 4 Risk Assessment Services in Wales is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to the members of Higher Education Purchasing Consortium Wales (HEPCW). The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of HEPCW as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Risk Assessment Services - South of England",
"description": "The purpose of Lot 5 Risk Assessment Services for the South of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Southern Universities Purchasing Consortium members. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of SUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "7",
"title": "One Stop Shop for Risk Assessment and Water Treatment Services",
"description": "Provision of a One Stop Shop for a full Water Quality Management Service incorporating Risk Assessment, Sampling and Water Quality Treatment Services UK Nationwide. Some Institutions have preference for One Stop Shop option for Risk Assessment and for Water Treatment Services. Lot 7 defines this requirement where the same Contractor shall offer both services as a full management programme, thus providing a continuity of service compliant with current legislation, HSE ACoP L8, and BS8680:2020, or any superseding codes of practice. Members of APUC, NWUPC, NEUPC, HEPCW and SUPC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment and Water treatment Services",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1",
"title": "Risk Assessment Services - Scotland",
"description": "The purpose of Lot 1 Risk Assessment Services in Scotland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of APUC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Risk Assessment Services - North West of England & Northern Ireland",
"description": "The purpose of Lot 2 Risk Assessment Services in North West England and Northern Ireland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice. Members of NWUPC as identified in Appendix E - List of Institutions of the ITT documents. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Risk Assessment",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "6",
"title": "Water Quality Treatment Services - UK Nationwide",
"description": "The purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Callout, Reactive Treatment and Repairs, Preventive Maintenance Programme (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts, Provision of Training. The Services under Lot 6 are fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1 to 5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6. Members of APUC, NWUPC, NEUPC, HEPCW and SUPC as identified in Appendix E - List of Institutions of the ITT documents, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies. Additional information: Economic operators may have been excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "17"
},
{
"name": "Operation and Management of the Framework Agreement",
"type": "quality",
"description": "3"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "6"
},
{
"name": "Business Continuity",
"type": "quality",
"description": "4"
},
{
"name": "Service Delivery for Water Treatment Services",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKC"
}
],
"deliveryLocation": {
"description": "Various locations across North East England."
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"deliveryLocation": {
"description": "Various locations across Wales."
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKG"
},
{
"region": "UKF"
},
{
"region": "UKK"
},
{
"region": "UKG"
},
{
"region": "UKF"
},
{
"region": "UKK"
}
],
"deliveryLocation": {
"description": "Various locations across Greater London and Southern England."
},
"relatedLot": "5"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
},
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various locations across Scottish Mainlands and Islands, North West England and Northern Ireland, North East England, Wales, Greater London and Southern England."
},
"relatedLot": "7"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Various locations across the Scottish Mainlands and Islands."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKN0"
},
{
"region": "UKD"
},
{
"region": "UKN0"
}
],
"deliveryLocation": {
"description": "Various locations across North West England and Northern Ireland."
},
"relatedLot": "2"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various locations across Scottish Mainlands and Islands, North West England and Northern Ireland, North East England, Wales, Greater London and Southern England."
},
"relatedLot": "6"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"minimum": "With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award: Employers (Compulsory) Liability Insurance = 5 000 000 GBP Public & Product Liability Insurance = 5 000 000 GBP With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent if awarded the Framework Agreement to demonstrate financial stability. Alternatively if the contractor is unable to provide the required accounting information then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the Framework Agreement."
}
]
},
"contractTerms": {
"performanceTerms": "Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 30
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-05-21T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-05-21T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-05-21T12:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "48 months"
}
},
"parties": [
{
"id": "GB-FTS-2420",
"name": "APUC Limited",
"identifier": {
"legalName": "APUC Limited"
},
"address": {
"streetAddress": "Unit 27, Stirling Business Centre, Wellgreen",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK8 2DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Alice Ng",
"telephone": "+44 1314428930",
"email": "ang@apuc-scot.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.apuc-scot.ac.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-2424",
"name": "Stirling Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Stirling Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Viewfield Place",
"locality": "Stirling",
"postalCode": "FK8 1NH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1786462191"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriffcourt-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-24845",
"name": "HBE",
"identifier": {
"legalName": "HBE"
},
"address": {
"streetAddress": "Craigmore House, 19 Millvale Road",
"locality": "Newry",
"region": "UK",
"postalCode": "BT35 7NH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3332075744"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd",
"identifier": {
"legalName": "ChemTech Consultancy Ltd"
},
"address": {
"streetAddress": "Unit D East Fulton Farm, Linwood Paisley",
"locality": "Paisley",
"region": "UK",
"postalCode": "PA3 3TP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1505335510"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)",
"identifier": {
"legalName": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
"address": {
"streetAddress": "11 First Road, Blantyre Industrial Estate",
"locality": "Blantyre",
"region": "UKM95",
"postalCode": "G72 0ND",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698828778"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd",
"identifier": {
"legalName": "integrated water services ltd"
},
"address": {
"streetAddress": "unit 3a monkland ind est kirkshaws rd, coatbridge",
"locality": "coatbridge",
"region": "UK",
"postalCode": "ml5 4rp",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1236436686"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd",
"identifier": {
"legalName": "SMS Environmental Ltd"
},
"address": {
"streetAddress": "1 - 3 Church Street, Theale",
"locality": "Reading",
"region": "UK",
"postalCode": "RG7 5BU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1189306348"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24850",
"name": "Safe Water IO",
"identifier": {
"legalName": "Safe Water IO"
},
"address": {
"streetAddress": "Unit C Mindenhall Court,, High Street",
"locality": "Stevenage",
"region": "UKH2",
"postalCode": "SG1 3UN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7798637709"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-24851",
"name": "SOCOTEC UK Ltd",
"identifier": {
"legalName": "SOCOTEC UK Ltd"
},
"address": {
"streetAddress": "2-6 langlands place, kelvin south industrial estate",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G75 0XF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7808641092"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2420",
"name": "APUC Limited"
},
"language": "en",
"awards": [
{
"id": "019061-2021-1",
"relatedLots": [
"2"
],
"title": "Risk Assessment Services - North West of England & Northern Ireland",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24845",
"name": "HBE"
},
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
}
]
},
{
"id": "019061-2021-2",
"relatedLots": [
"1"
],
"title": "Risk Assessment Services - Scotland",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
}
]
},
{
"id": "019061-2021-3",
"relatedLots": [
"3"
],
"title": "Risk Assessment Services - North East of England",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
}
]
},
{
"id": "019061-2021-4",
"relatedLots": [
"4"
],
"title": "Risk Assessment Services - Wales",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
}
]
},
{
"id": "019061-2021-5",
"relatedLots": [
"5"
],
"title": "Risk Assessment Services - South of England",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
}
]
},
{
"id": "019061-2021-6",
"relatedLots": [
"6"
],
"title": "Water Quality Treatment Services - UK Nationwide",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24845",
"name": "HBE"
},
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
},
{
"id": "GB-FTS-24850",
"name": "Safe Water IO"
}
]
},
{
"id": "019061-2021-7",
"relatedLots": [
"7"
],
"title": "One Stop Shop for Risk Assessment and Water Treatment Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24845",
"name": "HBE"
},
{
"id": "GB-FTS-24846",
"name": "ChemTech Consultancy Ltd"
},
{
"id": "GB-FTS-24847",
"name": "ECG Building Maintenance Ltd (t/a ECG Facilities Services)"
},
{
"id": "GB-FTS-24848",
"name": "integrated water services ltd"
},
{
"id": "GB-FTS-24849",
"name": "SMS Environmental Ltd"
},
{
"id": "GB-FTS-24851",
"name": "SOCOTEC UK Ltd"
}
]
}
],
"contracts": [
{
"id": "019061-2021-1",
"awardID": "019061-2021-1",
"title": "Risk Assessment Services - North West of England & Northern Ireland",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-2",
"awardID": "019061-2021-2",
"title": "Risk Assessment Services - Scotland",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-3",
"awardID": "019061-2021-3",
"title": "Risk Assessment Services - North East of England",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-4",
"awardID": "019061-2021-4",
"title": "Risk Assessment Services - Wales",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-5",
"awardID": "019061-2021-5",
"title": "Risk Assessment Services - South of England",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-6",
"awardID": "019061-2021-6",
"title": "Water Quality Treatment Services - UK Nationwide",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
},
{
"id": "019061-2021-7",
"awardID": "019061-2021-7",
"title": "One Stop Shop for Risk Assessment and Water Treatment Services",
"status": "active",
"value": {
"amount": 1400000,
"currency": "GBP"
},
"dateSigned": "2021-07-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 13
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 14
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 13
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4",
"value": 10
},
{
"id": "21",
"measure": "bids",
"relatedLot": "5",
"value": 11
},
{
"id": "26",
"measure": "bids",
"relatedLot": "6",
"value": 13
},
{
"id": "31",
"measure": "bids",
"relatedLot": "7",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 13
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 14
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 13
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "4",
"value": 10
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "5",
"value": 11
},
{
"id": "27",
"measure": "smeBids",
"relatedLot": "6",
"value": 13
},
{
"id": "32",
"measure": "smeBids",
"relatedLot": "7",
"value": 10
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "28",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "33",
"measure": "foreignBidsFromEU",
"relatedLot": "7",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 13
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 14
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 13
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 10
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 11
},
{
"id": "29",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 13
},
{
"id": "34",
"measure": "foreignBidsFromNonEU",
"relatedLot": "7",
"value": 10
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "2",
"value": 13
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 14
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 13
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "4",
"value": 10
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "5",
"value": 11
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "6",
"value": 13
},
{
"id": "35",
"measure": "electronicBids",
"relatedLot": "7",
"value": 10
}
]
}
}