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

Purchase of UK Allowances (UKA) in Accordance with the UK Emissions Trading Scheme (UK ETS) (2025-29)

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d3e3
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
12 March 2025
Deadline date:
14 March 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 Purchase of UK Allowances (UKA) in Accordance with the UK Emissions Trading Scheme (UK ETS) (2025-29) (UOS-35556-2025).

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: 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.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

Purchase of UK Allowances (UKA) in Accordance with the UK Emissions Trading Scheme (UK ETS) (2025-29)

Reference number: UOS-35556-2025

II.1.2) Main CPV code

71314000

 

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 Purchase of UK Allowances (UKA) in Accordance with the UK Emissions Trading Scheme (UK ETS) (2025-29) (UOS-35556-2025).

II.1.5) Estimated total value

Value excluding VAT: 7 040 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71314000

71314300

71314200

79223000

90731210

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 purchase UK Allowances (UKAs) in accordance with the UK Emissions Trading Scheme (UK ETS).

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

- Purchases of allowances at auctions or on the secondary market on behalf of the University:

- Incorporating a hedging strategy on behalf of the University to limit exposure to high prices of allowances:

- Holding and transfer of allowances from an authorised UK ETS Trading Registry Account to the University’s Operator Holding Account (OHA) as required:

- Providing market insights, intelligence and price forecasts at agreed intervals at no extra cost to the University:

- Running market orders; and

- The University may request that the Service Provider hold allowances on behalf of the University.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 7 040 000.00  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.

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

Bidders will be required to have an average yearly turnover of a minimum of GBP 3,200,000 for the last 3 years.

2. SPD (Scotland) Question 4B.5: Insurance Requirements

It is a requirement that bidders 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.

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 Tenderer must use the template (Appendix D) to answer question 4C.1.2 of their SPD (Scotland) response.

The Tenderer 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.

The Tenderer must provide 1 example from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant description (II.2.4) (Description of the Procurement) within the Contract Notice.

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 collectively across the example provided.

Please note, the Tenderer must score a minimum of 2, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant, and it will not be considered further.

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:

2025/S 000-001574

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

Date: 14/03/2025

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: 14/03/2025

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:

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. Jan / Feb 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 - 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28528. 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:

N/A.

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:789933)

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

11/02/2025

Coding

Commodity categories

ID Title Parent category
79223000 Custom broker services Fiscal services
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
90731210 Purchase of CO2 emission credits Services related to air pollution

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:
kenneth.carlin@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.