Award

Tender for the Water Hygiene Monitoring Programme for Various Properties

DUNDEE CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Nov 2020 at 00:00

Tender

04 Aug 2020 at 00:00

Summary of the contracting process

Dundee City Council is currently seeking tenders for the "Water Hygiene Monitoring Programme for Various Properties" within the services sector. This procurement, located in Dundee, UK, is in the active tender stage, with a deadline for submissions on 4 September 2020. The contract is valued at £400,000 and follows an open procedure for procurement. The contract covers the implementation of a comprehensive Legionella Monitoring and Risk Management Programme for various council properties, with specific focus on Area 1.

This tender presents significant opportunities for contractors specialising in public services, particularly businesses with expertise in water hygiene management and risk assessment. Firms that are well-versed in environmental health, safety standards, and community benefit initiatives would be particularly well-suited to participate. The requirement for a robust understanding of compliance and previous experience managing similar contracts enhances the competitiveness for those with relevant qualifications and a successful track record in such services.

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

Tender for the Water Hygiene Monitoring Programme for Various Properties

Notice Description

The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. At present the contract is split geographically, operating between Areas 1 and 2. This tender is for the implementation of a Legionella Monitoring and Risk Management for various Council properties with Area 1.

Lot Information

Lot 1

The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. The works shall comprise of the inspection, monitoring, servicing, testing, certification and reporting duties involved with the Water Hygiene Programme for various Dundee City Council properties, together with urgent repairs and/or critical replacements which may not have been foreseen. Dundee City Council are not obligated to accept any quotations in relation to repair and/or replacement works and reserve the right to adopt alternative procurement processes. The works shall include the following: Risk Assessments Monitoring and Servicing Completion of Log Books, Risk Assessment and Drawings

Renewal: The initial contractual period being offer is three years with the option to extend for a further one plus one years. The Purchaser has the option to extend this contract by a further two years (each annum) after the expiry of the initial term.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000627207
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399156
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90733000 - Services related to water pollution

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Nov 20205 years ago
Submission Deadline
4 Sep 2020Expired
Future Notice Date
Not specified
Award Date
5 Nov 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
If extension options are not exercised, the anticipated timing of recurrent advertisement is June 2023.

Notice Status

Tender Status
Unsuccessful
Lots Status
Unsuccessful
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DUNDEE CITY COUNCIL
Contact Name
Amanda Walsh
Contact Email
amanda.walsh@dundeecity.gov.uk
Contact Phone
+44 1382434000

Buyer Location

Locality
DUNDEE
Postcode
DD1 1NZ
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City

Local Authority
Dundee City
Electoral Ward
Maryfield
Westminster Constituency
Dundee Central

Further Information

Notice Documents

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-r6ebe6-0000627207-2020-11-05T00:00:00Z",
    "date": "2020-11-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000627207",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-76",
            "name": "Dundee City Council",
            "identifier": {
                "legalName": "Dundee City Council"
            },
            "address": {
                "streetAddress": "Dundee House, 50 North Lindsay Street",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD1 1NZ"
            },
            "contactPoint": {
                "name": "Amanda Walsh",
                "email": "amanda.walsh@dundeecity.gov.uk",
                "telephone": "+44 1382434000",
                "faxNumber": "+44 1382433045",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "mediationBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.dundeecity.gov.uk"
            }
        },
        {
            "id": "org-77",
            "name": "Dundee Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court, 6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD"
            },
            "contactPoint": {
                "email": "dundee@scotcourts.gov.uk",
                "telephone": "+44 1382229961",
                "faxNumber": "+44 1382318222",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-314",
            "name": "Dundee City Council",
            "identifier": {
                "legalName": "Dundee City Council"
            },
            "address": {
                "streetAddress": "Dundee House, 50 North Lindsay Street",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD1 1NZ"
            },
            "contactPoint": {
                "name": "Amanda Walsh",
                "email": "amanda.walsh@dundeecity.gov.uk",
                "telephone": "+44 1382434000",
                "faxNumber": "+44 1382433045",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "mediationBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.dundeecity.gov.uk"
            }
        },
        {
            "id": "org-315",
            "name": "Dundee Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court, 6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD"
            },
            "contactPoint": {
                "email": "dundee@scotcourts.gov.uk",
                "telephone": "+44 1382229961",
                "faxNumber": "+44 1382318222",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Dundee City Council",
        "id": "org-314"
    },
    "tender": {
        "id": "CONSTR/SL/19-52000",
        "title": "Tender for the Water Hygiene Monitoring Programme for Various Properties",
        "description": "The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. At present the contract is split geographically, operating between Areas 1 and 2. This tender is for the implementation of a Legionella Monitoring and Risk Management for various Council properties with Area 1.",
        "status": "unsuccessful",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90733000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dundee House, 50 North Lindsay Street, Dundee - DD1 1NZ"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-09-04T10:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-09-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG391943",
                "documentType": "contractNotice",
                "title": "Tender for the Water Hygiene Monitoring Programme for Various Properties",
                "description": "The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. At present the contract is split geographically, operating between Areas 1 and 2. This tender is for the implementation of a Legionella Monitoring and Risk Management for various Council properties with Area 1.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391943",
                "format": "text/html"
            },
            {
                "id": "AUG391943-1",
                "title": "Invitation to Tender for Water Hygiene Programme for Various Properties (Area 1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG391943&idx=1",
                "datePublished": "2020-08-06T15:33:19Z",
                "dateModified": "2020-08-06T15:33:19Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG391943-2",
                "title": "Appendices for Water Hygiene Programme for Various Properties (Area 1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG391943&idx=2",
                "datePublished": "2020-08-06T15:33:19Z",
                "dateModified": "2020-08-07T07:59:48Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "AUG391943-3",
                "title": "Appendices for Water Hygiene Programme for Various Properties (Area 1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG391943&idx=3",
                "datePublished": "2020-08-07T07:59:48Z",
                "dateModified": "2020-08-07T07:59:48Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "AUG391943-4",
                "title": "Pricing Schedule in Excel Format.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG391943&idx=4",
                "datePublished": "2020-08-13T11:01:25Z",
                "dateModified": "2020-08-13T11:01:25Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "NOV399156",
                "documentType": "awardNotice",
                "title": "Tender for the Water Hygiene Monitoring Programme for Various Properties",
                "description": "The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. At present the contract is split geographically, operating between Areas 1 and 2. This tender is for the implementation of a Legionella Monitoring and Risk Management for various Council properties with Area 1.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399156",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Purchaser wishes to appoint a competent contractor for the Provision of Legionella Monitoring and Risk Management Programme for Dundee City Council Properties. The works shall comprise of the inspection, monitoring, servicing, testing, certification and reporting duties involved with the Water Hygiene Programme for various Dundee City Council properties, together with urgent repairs and/or critical replacements which may not have been foreseen. Dundee City Council are not obligated to accept any quotations in relation to repair and/or replacement works and reserve the right to adopt alternative procurement processes. The works shall include the following: Risk Assessments Monitoring and Servicing Completion of Log Books, Risk Assessment and Drawings",
                "status": "unsuccessful",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Log Book, Risk Assessment and Drawings",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contractual period being offer is three years with the option to extend for a further one plus one years. The Purchaser has the option to extend this contract by a further two years (each annum) after the expiry of the initial term."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-09-04T12:00:00Z",
            "address": {
                "streetAddress": "Electronically - Dundee House, 50 North Lindsay Street, Dundee - DD1 1NZ"
            },
            "description": "By Karen Lawson - Corporate Procurement Manager and one other Procurement Category Officer who has not been involved with this procurement process."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The performance of the contractor shall be subject to monitoring by the Purchaser during the term of the contract. There shall be a requirement for the successful contractor to attend contract review meetings, to discuss the performance of the service provision."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "description": "The tenderer must be in a stable financial position and have the economic and financial capacity to perform the contract.",
                    "minimum": "Turnover The Tenderer is required to provide its general yearly turnover for the last two financial years, along with its yearly turnover for the specific area covered by this framework agreement. Tenderers must include a copy your organisation's audited accounts (or equivalent) and the accounts of your group (if any) for the last 2 years in English and in UK Sterling together with details of any significant changes since the last year end. Copies of the accounts should be signed and dated by Directors and Auditors or marked as draft. Insurance It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 5 million GBP If, for some exceptional reason which Purchaser considers justified, the tenderer is unable to provide the references requested by the contracting authority, he may prove his economic and financial capacity by any other means which the Purchaser considers appropriate. The Purchaser reserves the right to request any additional documentary evidence it deems necessary or useful in order to verify a tenderer's economic and financial standing."
                },
                {
                    "type": "technical",
                    "description": "The tenderer's technical and professional capacity will be evaluated using the following criteria: - Suitability of the organisation and staffing structure available for the activities covered by the contract, especially considering that various specific contracts will have to be implemented in parallel at the same time; - Relevant qualifications and expertise of key personnel allocated to the contract: technical experience, knowledge and capability in the mentioned areas. - The ability to prepare and present clear and concise technical documents - The ability in working in environments similar to those described in this invitation to tender in terms of size and complexity, in similar business environments. - The ability and expertise in environments similar to those described in this invitation to tender. - The tenderer, including all consortium members and any proposed subcontractors, shall in no way be subject to a conflict of interest concerning the implementation of the contract.",
                    "minimum": "The following documents or information shall be presented as evidence of compliance with the technical and professional capacity criteria: - A list and description of recent activities (in the last 5 years) that demonstrates that the tender has the relevant experience of delivering a Water Hygiene Monitoring Programme covering a variety of different property types. The information you provide should cover the following areas - - A description of the goods works or services delivered - Contract value and dates. - Previous or current customer details - Demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract as well as educational and professional qualifications held by the employees who will be carrying out the works/services stated within the Specification of Requirement. - Confirm their average annual manpower and managerial staff for the last three years. Sub Contacting (4C.10) If subcontracting is envisaged, the tenderer must provide details of the proportion (i.e. percentage) of contract that is intended for subcontracts and clearly indicate which parts of the work will be subcontracted. The total value of the subcontracted part of the services cannot represent the total value of the contract value. Subcontractors must satisfy the eligibility criteria applicable to the award of the contract. If the identity of the intended subcontractor(s) is already known at the time of submitting the tender, all subcontractors must provide the required evidence for the exclusion and selection criteria by submitting a separate ESPD response. If the identity of the subcontractor is not known at the time of submitting the tender, the tenderer who is awarded the contract will have to seek the Purchaser's authorisation before entering into a subcontract. Where no subcontractor is given, the work will be assumed to be carried out directly by the tenderer. o Quality Assurance Schemes, Environmental Management and Health and Safety Standards Quality Management Certification - Certificate(s) issued by institutions or official services recognised as competent in quality control and/or verification of compliance with standards applicable, certifying in particular that the tenderer possesses quality assurance certification for the type of services covered by this Invitation to Tender. - Quality Assurance Schemes (4D.1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or EQUIVALENT), - Health and Safety Procedures (4D.2) Tenderers must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent). Please Note: ISO 45001 replaces OHSAS 18001, the world's former reference for OH&S management (organisations currently certified under OHSAS 18001. The Purchaser until 12th March 2021 to migrate to ISO 45001). - Environmental Management Procedures (4D.2) The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-01-01T00:00:00Z"
            }
        },
        "classification": {
            "id": "90733000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "If extension options are not exercised, the anticipated timing of recurrent advertisement is June 2023."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 152-373630"
        }
    ],
    "description": "For additional information, please refer to the Invitation to Tender Documentation appended. (SC Ref:635312)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000627207"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000627207"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CONSTR/SL/19-52000",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        }
    ]
}