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: Magnus Tuck, Procurement Co-ordinator
E-mail: magnus.tuck@strath.ac.uk
NUTS: UK
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.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
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
Provision of an Intruder & Disabled Toilet Alarm Maintenance Measured Term Contract (MTC) (2026-30)
Reference number: UOS-41832-2026
II.1.2) Main CPV code
79711000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Strathclyde ("the University") is seeking to establish a Contract for the Provision of an Intruder & Disabled Toilet Alarm Maintenance Measured Term Contract (MTC) (2026-30) (UOS-41832-2026).
II.1.5) Estimated total value
Value excluding VAT:
217 676.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31625000
45312200
35121700
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
The University of Strathclyde (“the University”) is seeking to establish a measured term contract (MTC) to support the delivery of activities outlined below. The Contract will include, however, will not be limited to:
- Planned, preventative and reactive maintenance of all existing intruder alarm systems across the University's sites:
- 24/7/365 emergency call out and fault response capability:
- Supply, installation, and configuration of replacement components where required:
- System health checks, testing and verification in accordance with relevant standards:
- Support for integration with access control, CCTV, and remote monitoring systems (where applicable):
- Provision of maintenance reports, service logs, and asset updates following each visit:
- Ability to maintain and repair a variety of intruder alarm system makes/models, including both wired and wireless technologies:
- Compliance with current UK/European standards including (as applicable): BS EN 50131 series (Alarm Systems – Intrusion and Hold up Systems) / PD 6662 (Scheme for Intruder Alarm Systems) / BS 8243 (Installation & Configuration of Intruder Alarm Systems):
- Capability to support Grade 2, Grade 3 or Grade 4 systems depending on operational requirements; and
- Remote monitoring support in partnership with an approved Alarm Receiving Centre (if required).
Emergency call outs require the Contractor to arrive at the site within 4 hours to ensure that the site is made safe / secure immediately and shall adopt a “first fix” approach. The site should be corrected within a maximum of 24-hours. The Contractor will be required to confirm that they have access to spares, including panels, to ensure this is achievable.
This Contract will be awarded on a sole supply basis and will be largely related to Services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
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.
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
II.2.14) Additional information
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.
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 of GBP 435,352 for the past 3 financial years.
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement that the Tenderer holds, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;
SPD (Scotland) Question 4B.5.1a
Professional Risk Indemnity: maintain a minimum indemnity limit of GBP 2 million any one 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) SPD Part 4C.6: Qualifications
2. SPD (Scotland) SPD Part 4D.1: Quality Assurance Schemes
3. SPD (Scotland) SPD Part 4D.2: Environmental Management
Minimum level(s) of standards required:
1. SPD (Scotland) SPD Part 4C.6: Qualifications
The Tenderer must confirm they hold specific qualifications / training (or equivalent) in relation to the requirements of this Contract. These are as follows:
- National Security Inspectorate (NSI) Gold:
- British Security Industry Association (BSIA):
- National Inspection Council for Electrical Installation Contracting (NICEIC); and
- BS 7671:2018 - 18th Institute of Engineering & Technology Regulations City & Guilds
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 E - 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 E - 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 refer to 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.1.8) 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:
2026/S 000-022188
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/05/2026
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/05/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Yes, it is envisaged that when this Contract comes to an end that the Contracting Authority will tender this requirement again - a Contract Notice is expected to be published in c. April 2030.
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
In line with 72 - Modifications 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31671 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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, the Tenderer will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:830067)
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
23/04/2026