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: 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.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:
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
Provision of Drain Cleaning, Repairs & Investigation Services (2025-29)
            Reference number: UOS-36560-2025
  II.1.2) Main CPV code
  90000000
 
  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 Drain Cleaning, Repairs & Investigation Services (2025-29) (UOS-36560-2025).
  II.1.5) Estimated total value
  Value excluding VAT: 
			281 851.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45232452
    90912000
    45232411
    45232453
    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 Contract to support the delivery of activities outlined below. This Contract will include, however, will not be limited to:
    - Provide a range of reactive drainage services across all University sites and buildings:
    - Provide drainage surveys, this service will investigate drainage issues, and establish the required remedial action necessary to resolve drainage defects:
    - Provide materials & labour to carry out drainage repair works to resolve drainage defects.
    - Provide written drainage reports which include video film footage to support the survey investigation:
    - Provide all necessary drain cleaning equipment to carry out the required services; and
    - Provide a Vactor cleaning vehicle to clear foul water and solid waste.
    The 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: 30
    
                    Price
                    
                      / Weighting: 
                      70
    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
            
   
 
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 3B.1.2: Average Yearly Turnover
  The Tenderer will be required to have a minimum average yearly turnover of GBP 563,702.76 for the past 3 financial years.
  2. SPD (Scotland) Question 4B.5: Insurance Requirements
  It is a requirement that the Candidates hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;
  SPD (Scotland) 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) 4B.5.1b
  Employers (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) 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.
  Motor Vehicle insurance: maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in the respect of Third Party Injury.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  1. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
  2. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards required:
  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 I - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT (Invitation to Tender) 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 I - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT (Invitation to Tender) 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:
  2025/S 000-024875
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              05/09/2025
  
                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: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              05/09/2025
  
              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. August 2029
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 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 60025. 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 note that, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope of the Invitation to Tender (ITT), 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:804547)
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
05/08/2025