Proc-25-3124 - Water Management Risk Assessments

A Tender Notice
by SCOTTISH POLICE AUTHORITY

Source
Find a Tender
Type
Contract (Services)
Duration
3 year
Value
___
Sector
ENVIRONMENT
Published
13 Nov 2025
Delivery
To 14 Dec 2028 (est.)
Deadline
15 Dec 2025 12:00

Related Terms

Location

Glasgow

Geochart for 2 buyers and 0 suppliers

Description

The Scottish Police Authority (known as the “the Authority”) requires a Contract in place for water management risk assessments to be carried out. The Authority is tendering this opportunity to appoint a suitably experienced and competent Contractor.

Total Quantity or Scope

The Scottish Police Authority (known as the “the Authority”) requires a Contract in place for water management risk assessments to be carried out. The Authority is tendering this opportunity to appoint a suitably experienced and competent Contractor. Under the Health & Safety at Work Regulations (1974), The Management of Health and Safety at Work Regulations (1999), and the Control of Substances Hazardous to Health Regulations 2002 (COSHH), concerning risk from exposure to Legionella bacteria, the Authority has a duty of care towards their users (e.g. staff, officers, members of the public) to protect them from contracting Legionella and other microbial infections through providing a safe water supply system fit for human consumption and culinary purposes throughout their premises and estates. This duty of care also extends to the susceptibility of the local population to the risk of exposure to the Legionella bacteria. The Authority currently has a requirement for circa 330 Buildings across Police Scotland’s Estate covering the whole of Scotland including island locations. This list will be updated during the Contract period and is not a fixed site list, or amount of properties and can be increased or reduced during the Contract term. The Contractor shall carry out ACoP L8 legionella Water risk assessment services and Written Schemes for controlling risk, in line with HSE ACoP L8 and BS 8680:2020 Water quality – Water safety plans – Code of Practice, referred to in this document as BS 8680:2020, or any superseding codes of practice. The requirement may include but not limited to: The identification of systems of risk The review of existing risk assessments Production of up to date Schematics of the water system Appraisal of system condition including accessible equipment Management of Log Books Water Management review Provision of a Legionella Risk Assessment Production of Written Scheme Analysis of Drinking Water systems Supply on-going technical advice on compliance with current legislation and codes of practice including definition of responsibilities and duties of Responsible Person. An Online/web-based portal provided by the organisation will be used by Contractor to upload and store the Control Manuals, Log Books with WRA reports and any associated files to allow to have a login access to Organisation account with a file download functionality

Renewal Options

2 x 12 month extensions available

Award Criteria

Technical 60.0
PRICE 40.0

CPV Codes

  • 90711100 - Risk or hazard assessment other than for construction

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime for The buyer is using PCS-Tender to conduct this ITT exercise. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer’s detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the SPD. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30508. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/Apprenticeships) - SME and social enterprise development - Community engagement As part of the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract (SC Ref:815382)

Reference

  • FTS 073535-2025

Domains