Award

Water Quality Management Services (including Legionella)

APUC LIMITED

This public procurement record has 2 releases in its history.

Award

03 Oct 2017 at 00:00

Tender

10 Apr 2017 at 00:00

Summary of the contracting process

APUC Limited, a central purchasing body based in Stirling, UK, is managing the procurement for a Framework Agreement titled "Water Quality Management Services (including Legionella)." This procurement process, currently in the Award stage, aims to serve various public sector bodies within the UK Further and Higher Education sector. The tender has a value of £15 million and is seeking service providers for Risk Assessment and Water Treatment Services across five regional lots and two nationwide lots, with bids due by 11th May 2017.

This framework presents significant opportunities for businesses specialising in water quality management, particularly those with expertise in legionella risk assessments and water treatment services. Companies that can demonstrate strong financial viability, with an annual turnover of at least £300,000 for certain lots, are encouraged to participate. This contract not only opens doors for organisations already operating within the education and public health sectors in the UK but also allows them to contribute to community benefits through training and apprenticeships as part of the service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Water Quality Management Services (including Legionella)

Notice Description

APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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 - Wales

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 Higher and Further Education Institutions in Wales, as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Risk Assessment - South of England

The purpose of Lot 5 Risk Assessment Services 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 Higher and Further Education Institutions in Southern England as listed in Appendix E1 within the IT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that the water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Water Treatment Services (PPM & Remedial)

The purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Call-out, Reactive Treatment and Repairs, Pre-Planned Maintenance (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts and Provision of Training to all bodies listed in Appendix E1 within the ITT. The Services under Lot 6 must be fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1-5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

One stop shop for both Risk Assessment and Water Treatment Services

Provision of a One Stop Shop for a full Water Quality Management Service incorporating Risk Assessment, Sampling and Water Quality Treatment Services UK Nationwide to all bodies listed in Appendix E1 within the ITT. 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 BS8580: 2010, or any superseding codes of practice.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Risk Assessment - Scotland

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 to Higher and Further Education institutions, Local Authorities, NHS Boards and other public and non-public sector bodies in Scotland as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Risk Assessmen- North West of England & Northern Ireland

The purpose of Lot 2 Risk Assessment Services 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 Higher and Further Education Institutions in the North-West England and Northern Ireland as listed in Appendix E1 of the ITT. 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.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Risk Assessment - North East of England

The purpose of Lot 3 Risk Assessment Services 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 Further and Higher Education Institutions in the North-East England as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are 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 12 months subject to satisfactory performance and continued Institutions requirements.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000491317
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297486
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£15,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20178 years ago
Submission Deadline
11 May 2017Expired
Future Notice Date
Not specified
Award Date
9 Aug 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Recurring every 48 months

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
APUC LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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 Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR279808
    Water Quality Management Services (including Legionella) - APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297486
    Water Quality Management Services (including Legionella) - APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000491317-2017-10-03T00:00:00Z",
    "date": "2017-10-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000491317",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-49",
            "name": "APUC Limited",
            "identifier": {
                "legalName": "APUC Limited"
            },
            "address": {
                "streetAddress": "Unit 27, Stirling Business Centre, Wellgreen",
                "locality": "Stirling",
                "region": "UK",
                "postalCode": "FK8 2DZ"
            },
            "contactPoint": {
                "name": "Milena Bandere",
                "email": "mbandere@apuc-scot.ac.uk",
                "telephone": "+44 1314428960",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.apuc-scot.ac.uk"
            }
        },
        {
            "id": "org-37",
            "name": "APUC Limited",
            "identifier": {
                "legalName": "APUC Limited"
            },
            "address": {
                "streetAddress": "Unit 27, Stirling Business Centre, Wellgreen",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2DZ"
            },
            "contactPoint": {
                "name": "Stephanie McAteer",
                "email": "smcateer@apuc-scot.ac.uk",
                "telephone": "+44 1314428959",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.apuc-scot.ac.uk"
            }
        }
    ],
    "buyer": {
        "name": "APUC Limited",
        "id": "org-37"
    },
    "tender": {
        "id": "EFM1024 AP",
        "title": "Water Quality Management Services (including Legionella)",
        "description": "APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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.",
        "status": "complete",
        "items": [
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Organisations as listed in Appendix E1 within the ITT"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Organisations as listed in Appendix E1 within the ITT"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKK"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "24962000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "45232430",
                        "scheme": "CPV"
                    },
                    {
                        "id": "24962000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Open to the following Purchasing Consortia in the UK: APUC (Scotland Excel, NHS Scotland, SG), NWUPC, NEUPC, HEPCW & SUPC."
                },
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Organisations as listed in Appendix E1 within the ITT"
                },
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Organisations as listed in Appendix E1 within the ITT"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "90711100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Organisations as listed in Appendix E1 within the ITT"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKC"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-05-11T13:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-05-11T13:00:00Z"
        },
        "documents": [
            {
                "id": "APR279808",
                "documentType": "contractNotice",
                "title": "Water Quality Management Services (including Legionella)",
                "description": "APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR279808",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "OCT297486",
                "documentType": "awardNotice",
                "title": "Water Quality Management Services (including Legionella)",
                "description": "APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub-divided 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297486",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "4",
                "title": "Risk Assessment - 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 Higher and Further Education Institutions in Wales, as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "5",
                "title": "Risk Assessment - South of England",
                "description": "The purpose of Lot 5 Risk Assessment Services 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 Higher and Further Education Institutions in Southern England as listed in Appendix E1 within the IT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that the water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "6",
                "title": "Water Treatment Services (PPM & Remedial)",
                "description": "The purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Call-out, Reactive Treatment and Repairs, Pre-Planned Maintenance (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts and Provision of Training to all bodies listed in Appendix E1 within the ITT. The Services under Lot 6 must be fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1-5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "7",
                "title": "One stop shop for both 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 to all bodies listed in Appendix E1 within the ITT. 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 BS8580: 2010, or any superseding codes of practice.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "1",
                "title": "Risk Assessment - 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 to Higher and Further Education institutions, Local Authorities, NHS Boards and other public and non-public sector bodies in Scotland as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "2",
                "title": "Risk Assessmen- North West of England & Northern Ireland",
                "description": "The purpose of Lot 2 Risk Assessment Services 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 Higher and Further Education Institutions in the North-West England and Northern Ireland as listed in Appendix E1 of the ITT. 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.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            },
            {
                "id": "3",
                "title": "Risk Assessment - North East of England",
                "description": "The purpose of Lot 3 Risk Assessment Services 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 Further and Higher Education Institutions in the North-East England as listed in Appendix E1 within the ITT. 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.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2017-05-11T13:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "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 value, by Institution for 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."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "this Section is not relevant to this procurement"
                },
                {
                    "type": "economic",
                    "description": "Please refer to question within 4B.1.1 of the ESPD and Economic and financial standing section of the Contract Notice To ensure that Tenderers can sustainably operate and not be exposed to undue risk at the end of any potential contract period tenderers should have an annual turnover of no less than: Lot 1-5 Risk Assessment Services: GBP300K when bidding for one of the lots; An annual turnover of no less than GBP600K is required when bidding for two or more lots 1-5 Lot 6 Water Treatment Services: GBP1million Lot 7 One Stop Shop: GBP1.5million Please refer to question within 4B.5 of the ESPD and Economic and financial standing section of PCS-T: Bidders must confirm they can provide the following supporting evidence prior to award: Employer's (Compulsory) Liability Insurance* = 5 Million Product Liability Insurance = 5 Million Public Liability Insurance = 5 Million Professional Indemnity = 1 Million The successful Contractor will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information e.g a new business without the required accounts, 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. Please refer to question within 4B.6 of the ESPD"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 32
            }
        },
        "classification": {
            "id": "45232430",
            "scheme": "CPV"
        },
        "reviewDetails": "APUC Ltd will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session",
        "hasRecurrence": true,
        "recurrence": {
            "description": "Recurring every 48 months"
        }
    },
    "language": "EN",
    "description": "Form of Tender Tenderers have signed the Form of Tender - Appendix A prior award to confirm that their Tender Response is a complete, true and accurate submission. Supply Chain Code of Conduct In partnership with Institutions, the Authority has developed a Supply Chain Code of Conduct - Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Supply Chain Code of Conduct prior to Award to assist in achieving its objectives. Freedom of Information Please confirm that you will be in a position to complete (prior to award) \"Appendix B - Freedom of Information\" (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored. (SC Ref:511458)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000491317"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000491317"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EFM1024 AP-1",
            "title": "Risk Assessment - Scotland",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "EFM1024 AP-2",
            "title": "Risk Assessmen- North West of England & Northern Ireland",
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "EFM1024 AP-3",
            "title": "Risk Assessment - North East of England",
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "EFM1024 AP-4",
            "title": "Risk Assessment - Wales",
            "relatedLots": [
                "4"
            ]
        },
        {
            "id": "EFM1024 AP-5",
            "title": "Risk Assessment - South of England",
            "relatedLots": [
                "5"
            ]
        },
        {
            "id": "EFM1024 AP-6",
            "title": "Water Treatment Services (PPM & Remedial)",
            "relatedLots": [
                "6"
            ]
        },
        {
            "id": "EFM1024 AP-7",
            "title": "One stop shop for both Risk Assessment and Water Treatment Services",
            "relatedLots": [
                "7"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EFM1024 AP-1",
            "awardID": "EFM1024 AP-1",
            "title": "Risk Assessment - Scotland",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-2",
            "awardID": "EFM1024 AP-2",
            "title": "Risk Assessmen- North West of England & Northern Ireland",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-3",
            "awardID": "EFM1024 AP-3",
            "title": "Risk Assessment - North East of England",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-4",
            "awardID": "EFM1024 AP-4",
            "title": "Risk Assessment - Wales",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-5",
            "awardID": "EFM1024 AP-5",
            "title": "Risk Assessment - South of England",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-6",
            "awardID": "EFM1024 AP-6",
            "title": "Water Treatment Services (PPM & Remedial)",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        },
        {
            "id": "EFM1024 AP-7",
            "awardID": "EFM1024 AP-7",
            "title": "One stop shop for both Risk Assessment and Water Treatment Services",
            "status": "active",
            "dateSigned": "2017-08-09T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 072-137478"
        }
    ]
}