Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
UK
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
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
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 a Fire Alarm, EVCS, & Extinguishing Systems Maintenance Measured Term Contract (MTC) (2025-29)
Reference number: UOS-33608-2025
II.1.2) Main CPV code
51700000
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 a Fire Alarm, EVCS & Extinguishing Systems Maintenance Measured Term Contract (MTC) (2025-29) (UOS-33608-2025)
II.1.5) Estimated total value
Value excluding VAT:
1 350 009.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
ADT Systems
II.2.2) Additional CPV code(s)
51700000
31625000
31625100
31625200
35111500
44480000
44482000
45312100
45343100
45343200
50413200
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 / Lot to support the delivery of activities outlined below.
This Contract / Lot will include, however, will not be limited to:
- Annual maintenance, inspection, testing and repairs to various security systems in academic buildings and residences across the campus
estate, in addition to some outlying properties:
- Security systems include, however, are not limited to - fire alarm systems / EVCS / CO2 detection (battery operated and mains) / gas
extinguishing systems:
- Access to, knowledge and familiarity with ADT fire detection systems software, and hardware for main panels and devices including
detectors, call points, sounders, relay I/O units etc.:
- Adding and removing devices from systems:
- System commissioning:
- Response to call-outs to faults (maximum 4 hour response time):
- Effectively diagnose faults, and effect expedient repair:
- Carry out minor works to systems including device removal/additions/relocation:
- In the event of an irreparable panel failure, undertake works to
replace panels, devices in order to restore a working fire alarm
system; and
- Knowledge and familiarity with Baldwin Boxall EVCS.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
596 720.00
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.
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
Non-ADT Systems
II.2.2) Additional CPV code(s)
51700000
31625000
31625100
35111000
35111500
44480000
44482000
45312100
45343000
45343100
45343200
50413200
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 / Lot to support the delivery of activities outlined below.
This Contract / Lot will include, however, will not be limited to:
- Annual maintenance, inspection, testing and repairs to various security systems in academic buildings and residences across the campus
estate, in addition to some outlying properties:
- Security systems include, however, are not limited to - fire alarm systems / EVCS / CO2 detection (battery operated and mains) / Gas
extinguishing systems:
- Access to, knowledge and familiarity with a variety of different system manufacturers' fire detection systems software and hardware for
main panels and devices including detectors, call points, sounders, relay I/O units etc.:
- Manufacturers include, however, are not limited to - Gent, Advanced, Ziton, Notifier, Moreley, and Apollo:
- Adding and removing devices from systems:
- System commissioning:
- Response to call-outs to faults (maximum 4 hour response time):
- Effectively diagnose faults, and effect expedient repair:
- Carry out minor works to systems including device removal/additions/relocation:
- In the event of an irreparable panel failure, undertake works to
replace panels, devices in order to restore a working fire alarm
system; and
- Knowledge and familiarity with Baldwin Boxall EVCS.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
753 289.00
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.
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 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 Candidate will be required to have a minimum average yearly turnover of for the past 3 financial years for each lot as follows:
- Lot 1: ADT Systems GBP 1,193,439
-Lot 2: Non-ADT Systems GBP 1,506,577
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement that 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) 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 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 respect of Third
Party Injury
III.1.3) Technical and professional ability
List and brief description of selection criteria:
1. SPD (Scotland) Question 4C.1.2: Services
2. SPD (Scotland) Question 4C.6: Qualifications
3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
4. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards required:
1. SPD (Scotland) Question 4C.1.2: Services
Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant
experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD
(Scotland) response.
The Tenderer must use this template to answer question 4C.1.2 of their SPD response.
The Tenderer MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE
“GENERAL ATTACHMENTS” AREA.
Due to restrictions placed upon the character count by the advertising portal, bidders should refer to scoring methodology provided within the
document "Appendix D - SPD (Scotland) 4C.1.2 Template v1", which can be found in the "Appendices" folder, within the "Buyers
Attachments" area within the relevant ITT on PCS- Tender (PCS-T).
Requirement/Question:
For each lot that they are bidding for, the Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the
requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice. For example,
if the Tenderer is bidding for both lots, then they must provide 3 examples for each, which totals as 6 examples.
This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an
average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring
methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
2. SPD (Scotland) Question 4C.6: Qualifications
For the below lots, the bidder must hold the following professional and educational qualifications (or equivalent);
Lot 1: ADT Systems - Accreditation to the following is required:
- BAFE (or equivalent); and
Accreditation to one or more of the following is required:
- NSI Gold (or equivalent); and
- BSIA (or equivalent).
Lot 2: Non-ADT Systems
Accreditation to the following is required;
- A member of the 'Gent 24 Network of Approved System Integrators'(or equivalent); and
Accreditation to one or more of the following is required:
-NSI Gold (or equivalent); and
-BSIA(or equivalent).
3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
Due to restrictions placed upon the character count by the advertising portal, bidders 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 bidder must meet the relevant minimum level(s) of standards set
out.
4. SPD (Scotland) Question 4D.2: Environmental Management Standards
Due to restrictions placed upon the character count by the advertising portal, bidders 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 bidder 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, pleases see the tender documents (details of how to access these being set out in section 1.3) Communication, of the 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 000-026374
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/09/2025
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:
22/09/2025
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:
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 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 29952. 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:805955)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
20/08/2025