Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
UK
Contact person: Kenneth Carlin, Category Manager
Telephone: +44 7811592949
E-mail: kenneth.carlin@strath.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.strath.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.1) Name and addresses
University of Glasgow
Procurement Office, Tay House
Glasgow
G12 8QQ
UK
Telephone: +44 1413304113
E-mail: finance-procurementhelpline@glasgow.ac.uk
Fax: +44 0000000000
NUTS: UKM82
Internet address(es)
Main address: http://www.gla.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108
I.1) Name and addresses
Glasgow Caledonian University
70 Cowcaddens Road
Glasgow
G4 0BA
UK
Telephone: +44 1413313578
E-mail: procurement@gcu.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.gcu.ac.uk/procurement
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00195
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Planned & Reactive Maintenance Framework (PRMF) (2025-29)
Reference number: UOS-29574-2025
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The University of Strathclyde (the “University”) is seeking to establish a framework agreement to support the delivery of planned & reactive works activities which fall under the lots outlined below:
- Lot 1: Fire Protection Works
- Lot 2: Joinery & Builderwork
- Lot 3: Painting & Decorating
- Lot 4: Roofing
- Lot 5: Flooring
- Lot 6: Steeplejacks (Projects)
- Lot 7: Steeplejacks (PPM)
- Lot 8: Pump Maintenance / Repairs / Installation
The Tenderer may submit a bid for only one of the lots listed above as part of this Framework.
Please note, the University of Glasgow (UoG) and Glasgow Caledonian University (GCU) are also participating in this Framework and may choose to use this agreement as per their requirements.
II.1.5) Estimated total value
Value excluding VAT:
20 275 384.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Fire Protection Works
II.2.2) Additional CPV code(s)
45000000
45312100
45343000
45343100
45343200
45343210
45343220
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- fire inspections:
- reporting of building fabric elements:
- service penetrations where required:
- supply & installation of suitable compliant certified products:
- providing certification that any works have been completed to a high standard, and are now deemed compliant in line with the University's Fire Officers’ requirements & current guidance; and
- must have experience with Hilti, Corofil, Rockwool, Actionair (or equivalent) dampers product ranges & intumescent coatings.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 651 108.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Joinery & Builderwork
II.2.2) Additional CPV code(s)
45000000
45420000
45421000
45421140
45421150
44220000
44230000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- planned maintenance:
- backlog maintenance:
- routine repair small works projects:
- inspections and repairs to brickwork, concrete and stonework:
- door replacements/upgrades, including minor electrical, ceiling & floor modification if required; and
- have access to certified door manufacturers, glass suppliers, deal with non-licensed asbestos works in-house, and be reactive for emergency call outs if required both on and off campus.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
7 025 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Painting & Decorating
II.2.2) Additional CPV code(s)
45000000
45233221
45233270
45261200
45261220
45261221
45440000
45442100
45442110
45442120
45442121
45442180
45442190
45451000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- internal & external areas:
- street furniture, railings & gates:
- must have 1-2 operatives constantly on site, and the ability to ramp up resources for larger works packages & key delivery dates (e.g. student vacation periods):
- wallpaper removal, lining and repairs:
- having an in-house plasterer would be advantageous where walls need repairs or skim coats for the best possible finish:
- must be able to provide own access equipment:
- operate with Permit to Works (PTWs); and
- provide extract units & trunking where fumes maybe encountered & need managed.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
2 813 337.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Roofing
II.2.2) Additional CPV code(s)
45000000
45112713
45260000
45261000
45261100
45261200
45261210
45261211
45261212
45261213
45261214
45261215
45261220
45261221
45261222
45261410
45261420
45261900
45261910
45261920
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- slating & tiling:
- applied coatings:
- leadwork repairs / replacement:
- singly ply membranes:
- cladding:
- small repairs:
- patch repairs:
- full roof replacements:
- roof ladders installation:
- roof guards/edge protection:
- roof light replacement & repairs:
- must be approved installers for products such as IKO, Bauder, Moy, Alumasc, Sarna, Marley, Tata (or equivalent); and
- access to an asphalter would be advantageous.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
2 557 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Flooring
II.2.2) Additional CPV code(s)
45000000
45262321
45430000
45431100
45432000
45432100
45432110
45432111
45432113
45432114
45432120
45432121
45432130
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- carpet tile, vinyl, lino & mat wells, with an element of ceramic flooring as well:
- flooring repairs, full replacement & upgrades:
- must have experience with Forbo, Altro, Gradus, Interface, Polyflor, Millikan, & Gerflor (or equivalent) ranges of products & accessories:
- must be able to carry out floor screed repairs, lay new surface screeds and install movement joints where required; and
- must be able to lift and dispose of non-licensed asbestos flooring products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 756 250.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Steeplejacks - Projects
II.2.2) Additional CPV code(s)
45000000
45112713
45260000
45261000
45261100
45261200
45261210
45261211
45261212
45261213
45261214
45261215
45261220
45261221
45261222
45261410
45261420
45261900
45261910
45261920
45262000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- gutter cleaning:
- downpipe CCTV inspections & reports with subcontractors:
- roof repairs & small roof replacements:
- sandstone repairs at height and repointing:
- painting at height:
- stained glass window repairs at height:
- emergency call out repairs & holding repairs:
- responding to storm damage incidents & making safe, external safety checks & inspections with accompanying reports:
- assistance to main contractors with edge protection and movement of materials on occasion where access is an issue or to avoid large scaffold erections for short periods of time:
- leadwork repairs and replacement:
- window inspections at height:
- materials sampling at height:
- wall tie retrofits at height:
- skylight repairs, removal & replacements; and
- roof ladder checks and replacements if condemned / failed pull out tests.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
3 150 190.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Steeplejacks - PPM
II.2.2) Additional CPV code(s)
45000000
45112713
45260000
45261000
45261100
45261200
45261210
45261211
45261212
45261213
45261214
45261215
45261220
45261221
45261222
45261410
45261420
45261900
45261910
45261920
45262000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- gutter cleaning and testing:
- roof cleaning of debris and materials:
- moss removal, mould lichen & algae remover application:
- roof lantern and skylight cleaning:
- hydrostatic testing of leaking felt roofs:
- fault finding and investigating:
- reactive call outs for storm damage or vandalism:
- CCTV of downpipes if suspect they are defective:
- glazing repairs and painting at height:
- leadwork repairs; and
- downpipe repairs in hard to access wells, lintel repairs in wells.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
656 250.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Pump Maintenance / Repairs / Installation
II.2.2) Additional CPV code(s)
45232152
45232423
45232431
45245000
45252124
45317100
50500000
50510000
50511000
50511100
50511200
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
University of Strathclyde.
II.2.4) Description of the procurement
This lot will include, however, will not be limited to:
- maintenance and repair of booster sets / pressurisation units / drainage sewage:
- pump repairs, maintenance, replacement, temporary installations, servicing:
- pump inspections, visual as well as noise / leaks / blockages / electrical checks:
- lift submersible pumps:
- visual inspection of sump chamber, valves and pipework; and
- manifold and valve condition checks / repairs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
666 250.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
2. SPD (Scotland) Question 4B.5: Insurance Requirements
Minimum level(s) of standards required:
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
The Tenderer will be required to have a minimum average yearly turnover for the past 2 financial years for the following lots;
Lot 1: Fire Protection - GBP 619,166
Lot 2: Joinery & Builderwork - GBP 2,634,375
Lot 3: Painting & Decorating - GBP 1,055,002
Lot 4: Roofing - GBP 958,875
Lot 5: Flooring - GBP 658,594
Lot 6: Steeplejacks (Projects) - GBP 1,181,322
Lot 7: Steeplejacks (PPM) - GBP 246,094
Lot 8: Pump Maintenance / Repairs / Installation - GBP 249,844
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement of this Contract that the Tenderer hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below, which are applicable to all lots;
SPD (Scotland) Question 4B.5.1a
Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 2 million in respect of each claim, and without limit to the number of claims.
SPD (Scotland) Question 4B.5.1b
Employer's (Compulsory) Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.
SPD (Scotland) Question 4B.5.2
Public Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.
Product Liability - maintain a minimum indemnity limit of GBP 10 million in the aggregate.
Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
1. SPD (Scotland) Question 4C.6: Qualifications
2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
3. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards required:
1. SPD (Scotland) Question 4C.6: Qualifications
For the below lots, the Tenderer must confirm they hold one, and/or more, of the following qualifications / certifications / membership (and/or equivalent):
Lot 1: Fire Protection Works - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Loss Prevention Certification Board (LPCB) / Fire Protection Association (FPA).
Lot 2: Joinery & Builderwork - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / British Woodworking Federation (BWF).
Lot 3: Painting & Decorating - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Scottish Decorators' Federation (SDF) / Painting & Decorating Association (PDA).
Lot 4: Roofing - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / National Federation of Roofing Contractors (NFRC) / Lead Contractors Association (LCA).
Lot 5: Flooring - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / The British Wood Flooring Association (BWFA) / Contract Flooring Association (CFA).
Lot 6: Steeplejacks (Projects) - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Association of Technical Lightning & Access Specialists (ATLAS) / Industrial Rope Access Trade Association (IRATA).
Lot 7: Steeplejacks (PPM) - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Association of Technical Lightning & Access Specialists (ATLAS) / Industrial Rope Access Trade Association (IRATA).
Lot 8: Pump Maintenance / Repairs / Installation - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Achilles.
2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
Due to restrictions placed upon the character count by the advertising portal, the Tenderer should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The Tenderer must meet the relevant minimum level(s) of standards set out.
3. SPD (Scotland) Question 4D.2: Environmental Management Standards
Due to restrictions placed upon the character count by the advertising portal, the Tenderer should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The Tenderer must meet the relevant minimum level(s) of standards set out.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Contract, please see the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice. The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 24
Justification for any framework agreement duration exceeding 4 years: N/A.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-003862
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/04/2025
Local time: 12:00
Place:
University of Strathclyde.
Information about authorised persons and opening procedure:
University of Strathclyde Officers & Members.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is anticipated that when this Framework ends, and if all extension options are exercised, it will be go out to tender again in 2028/29.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Tenderer is advised that the envisaged maximum number of participants that might be appointed to the proposed Framework set out in section IV.1.3 of this Contract Notice is purely indicative. The University of Strathclyde reserves the right to appoint more or less bidders than the envisaged number.
In line with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28690. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
A Sub-contract clause is not appropriate for this Framework, as the large majority of call-offs will be low value, with a quick / short delivery programme.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:792273)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
18/03/2025