Buyer Name: University of Strathclyde
Buyer Address: Learning & Teaching Building, 49 Richmond Street, Glasgow, UKM82, G1 1XU, United Kingdom
Contact Name: Magnus Tuck, Procurement Co-ordinator
Contact Email: magnus.tuck@strath.ac.uk
Buyer Name: University of Strathclyde
Buyer Address: Learning & Teaching Building, 49 Richmond Street, Glasgow, UKM82, G1 1XU, United Kingdom
Contact Name: Magnus Tuck, Procurement Co-ordinator
Contact Email: magnus.tuck@strath.ac.uk
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).
No linked documents found for this notice.
Lot Description: 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.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 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.
Lot 1 Value: GBP 286,785.00
Lot 1 Award Criterion (quality): Technical
{
"buyer": {
"id": "GB-FTS-135284",
"name": "University of Strathclyde"
},
"date": "2025-06-27T09:43:04+01:00",
"description": "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.\nThe 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\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nIn 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.\n(SC Ref:801410)",
"id": "035602-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801410",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-051ed2",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G1 1XU",
"region": "UKM82",
"streetAddress": "Learning \u0026 Teaching Building, 49 Richmond Street"
},
"contactPoint": {
"email": "magnus.tuck@strath.ac.uk",
"name": "Magnus Tuck, Procurement Co-ordinator",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Education",
"id": "09",
"scheme": "COFOG"
}
],
"url": "http://www.strath.ac.uk/"
},
"id": "GB-FTS-135284",
"identifier": {
"legalName": "University of Strathclyde"
},
"name": "University of Strathclyde",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "1 Carlton Place"
},
"id": "GB-FTS-3525",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"classification": {
"description": "Risk or hazard assessment other than for construction",
"id": "90711100",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "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.\nThe 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)."
},
"coveredBy": [
"GPA"
],
"description": "The University of Strathclyde (\"the University\") is seeking to establish a Contract for the Provision of Tank Sampling, Legionella Risk Assessments \u0026 Associated Services (2025-29) (UOS-36552-2025).",
"hasRecurrence": true,
"id": "UOS-36552-2025",
"items": [
{
"additionalClassifications": [
{
"description": "Water-treatment work",
"id": "45232430",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste-water other than for construction",
"id": "90713100",
"scheme": "CPV"
},
{
"description": "Services related to water pollution",
"id": "90733000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "University of Strathclyde."
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "20",
"name": "Technical",
"type": "quality"
},
{
"description": "80",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "The University of Strathclyde (\u201cthe University\u201d) is seeking to establish a Contract to support the delivery of activities outlined below. The Contract will include, however, will not be limited to:\n- Provide routine analysis and interpretation of results for microbiological (TVCs, coliforms, E. coli) \u0026 legionella:\n- Provide ad hoc sample collection and analysis for all types of water tests (both microbiological \u0026 chemical):\n- Must be able to react to unforeseen circumstances and provide assistance with technical engineering issues related to water services:\n- 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\n- Must be able to provide reactive services and respond to any queries within 1 hour of the initial query.\nThis contract will be awarded on a sole supply basis and will be largely related to services.\nPlease note, any tank sampling / risk assessment requirements at NMIS \u0026 PNDC is covered by Skanska Construction UK Ltd via the contract for the Provision of Facilities Management Services for NMIS \u0026 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.\nAll 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 \u0026 risk assessment should be done via the EMS (Estates Maintenance Services) system at the University.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "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."
},
"renewal": {
"description": "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."
},
"secondStage": {
"maximumCandidates": 5,
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "SPD 4C.1.2 will be used as objective criteria for choosing the limited number of Candidates."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 286785.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"recurrence": {
"description": "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."
},
"reviewDetails": "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.",
"secondStage": {
"invitationDate": "2025-08-13T00:00:00+01:00"
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover\n2. SPD (Scotland) Question 4B.5: Insurance Requirements",
"minimum": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover\nThe Candidate will be required to have a minimum average yearly turnover of GBP 573,570 for the past 3 financial years.\n2. SPD (Scotland) Question 4B.5: Insurance Requirements\nIt 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;\nSPD (Scotland) Question 4B.5.1a\nProfessional Risk Indemnity: maintain a minimum indemnity limit of GBP 2 million any one claim, and in the aggregate.\nSPD (Scotland) Question 4B.5.1b\nEmployer\u0027s (Compulsory) Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.\nSPD (Scotland) Question 4B.5.2\nPublic Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.\nMotor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "1. SPD (Scotland) Question 4C.1.2: Services\n2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes\n3. SPD (Scotland) Question 4D.2: Environmental Management Standards",
"minimum": "1. SPD (Scotland) Question 4C.1.2: Services\nThe 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.\nThe 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.\nThe Candidate MUST upload the completed document next to question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE \u201cGENERAL ATTACHMENTS\u201d AREA.\nThe below scoring methodology will be applied to the question.\nExcellent response - 4\nResponse 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.\nGood response - 3\nResponse 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.\nAcceptable response - 2\nResponse 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.\nPoor response - 1\nResponse 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.\nUnacceptable (Nil or Inadequate response) \u2013 0\nNil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.\nThese 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.\nThe 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.\nPlease 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.\n- Question / Example 1 - Transportation Process \u0026 Timelines (35%)\n- Question / Example 2 - In-house Laboratory Testing \u0026 Accreditations (35%)\n- Question / Example 3 - Water Sampling Analytical Services (30%)\n2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes\nDue 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.\n3. SPD (Scotland) Question 4D.2: Environmental Management Standards\nDue 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.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 90
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-28T12:00:00+01:00"
},
"title": "Provision of Tank Sampling, Legionella Risk Assessments \u0026 Associated Services (2025-29)",
"value": {
"amount": 286785.0,
"currency": "GBP"
}
}
}