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