Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)

  • First published: 07 July 2025
  • Last modified: 07 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-051ed2
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
07 July 2025
Deadline date:
28 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Strathclyde ("the University") is seeking to establish a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).

Full notice text

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 Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)

Reference number: UOS-36552-2025

II.1.2) Main CPV code

90711100

 

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 Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).

II.1.5) Estimated total value

Value excluding VAT: 286 785.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45232430

90713100

90733000

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. The Contract will include, however, will not be limited to:

- Provide routine analysis and interpretation of results for microbiological (TVCs, coliforms, E. coli) & legionella:

- Provide ad hoc sample collection and analysis for all types of water tests (both microbiological & chemical):

- Must be able to react to unforeseen circumstances and provide assistance with technical engineering issues related to water services:

- Supplier sampling staff should be appropriately trained in sampling techniques as per British Standards Institution (BSI) BS 8554:2015 for the sampling and monitoring of hot and cold-water services in buildings, and subject to verification of competence, before being allowed to work unsupervised; and

- Must be able to provide reactive services and respond to any queries within 1 hour of the initial query.

This contract will be awarded on a sole supply basis and will be largely related to services.

Please note, any tank sampling / risk assessment requirements at NMIS & PNDC is covered by Skanska Construction UK Ltd via the contract for the Provision of Facilities Management Services for NMIS & PNDC (2023-33) (UOS-21891-2021). Regarding other sites located out with the John Anderson Campus, there is no current requirement for these Services at these sites, however, they will be able to utilise this Contract also.

All orders will be raised by Estates Services who will manage the Contract, it is not envisaged that departments will raise any orders for these Services, as any requirement for tank sampling & risk assessment should be done via the EMS (Estates Maintenance Services) system at the University.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 286 785.00  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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

SPD 4C.1.2 will be used as objective criteria for choosing the limited number of Candidates.

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 Candidate will be required to have a minimum average yearly turnover of GBP 573,570 for the past 3 financial years.

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 in the aggregate.

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.

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 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.1.2: Services

The Candidate will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

The Candidate must use the template provided for them (Appendix C) to answer question 4C.1.2 of their SPD (Scotland) response, which can be found in the "Appendices" folder within the "Buyer Attachments" area.

The Candidate MUST upload the completed document next to question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.

The below scoring methodology will be applied to the question.

Excellent response - 4

Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Good response - 3

Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Acceptable response - 2

Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g., previous experience, knowledge or skills may not be of a similar nature.

Poor response - 1

Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

Unacceptable (Nil or Inadequate response) – 0

Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

These questions 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 all questions.

The Candidate is required to provide one (1) example of services which they have delivered in the past three years that demonstrates they have relevant experience and capacity to deliver the key elements of the services, as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice and noted individually below.

Please note, the Candidate is permitted to use the same example for one, several, and / or all of their responses, and is also permitted to provide different examples as required and / or appropriate, taking into consideration the requirements outlined under each question.

- Question / Example 1 - Transportation Process & Timelines (35%)

- Question / Example 2 - In-house Laboratory Testing & Accreditations (35%)

- Question / Example 3 - Water Sampling Analytical Services (30%)

2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate 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 Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate 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

Restricted 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 000-025178

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/07/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 13/08/2025

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)

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. June 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 PQQ exercise. The Project code is 29467. 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:801410)

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

27/06/2025

Coding

Commodity categories

ID Title Parent category
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
90733000 Services related to water pollution Pollution tracking and monitoring and rehabilitation
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
magnus.tuck@strath.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.