Tender

PURCH2818A Provision of Framework Agreement for Managed Laundry Services

  • University of Glasgow

F02: Contract notice

Notice identifier: 2026/S 000-002320

Procurement identifier (OCID): ocds-h6vhtk-0603cf

Published 12 January 2026, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

University of Glasgow

Procurement Office, Tay House

Glasgow

G12 8QQ

Contact

Rhona Wilson

Email

Rhona.Wilson@glasgow.ac.uk

Telephone

+44 1413306908

Fax

+44 0000000000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.gla.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PURCH2818A Provision of Framework Agreement for Managed Laundry Services

Reference number

PURCH2818A

two.1.2) Main CPV code

  • 98311100 - Laundry-management services

two.1.3) Type of contract

Services

two.1.4) Short description

PURCH2818A Provision of Framework Agreement for Managed Laundry Services or the period of Five Years with one option to extend for 24 months followed by two options to extend for 12 Months each.

Tender documents available from Public Contracts Scotland.

Tender returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted,

they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public

Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts

Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the

‘Contact Us’ option on the left hand menu at http://www.publiccontractsscotland.gov.uk/default.aspx

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98311200 - Laundry-operation services
  • 42716000 - Laundry washing, dry-cleaning and drying machines
  • 51543400 - Installation services of laundry washing, dry-cleaning and drying machines

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

PURCH2818A Provision of Framework Agreement for Managed Laundry Services or the period of Five Years with one option to extend for 24 months followed by two options to extend for 12 Months each.

This procurement process is being conducted using the Competitive Procedure with Negotiation (CPN) in accordance with the

requirements of Regulation 30 of the PC(S)R 2015. Although this procurement is being conducted under the Competitive Procedure with

Negotiation (CPN), it is structured differently from a typical CPN process. This approach has been adopted to enhance the efficiency of

evaluating supplier responses across both stages (SPD and ITT).

The University of Glasgow is tendering for upgraded Managed Laundry facilities at all Student Residence sites.

Site Visit: Wednesday 29th January 2026.

Time: 10am

Location: TBC

Please contact Rhona.Wilson@glasgow.ac.uk to register for the site visit. Registration must be made no later than 5pm on Tuesday 27th January 2026.

Please note that due to the multiple sites that will be covered, a minibus will be used to transport Bidders across sites and therefore Bidders are restricted to one representative each.

Please refer to PURCH2818A ITT for specification.

two.2.5) Award criteria

Quality criterion - Name: Section 1 - Ability to Meet the Requirements / Weighting: 25%

Quality criterion - Name: Section 2 - Customer Service / Weighting: 20%

Quality criterion - Name: Section 3 - Sustainability / Weighting: 10%

Quality criterion - Name: Section 4 - Added Value / Weighting: 5%

Price - Weighting: 40%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

Fixed for a period of Five Years with one option to extend for 24 months followed by two options to extend for 12 Months each.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

- Product liability insurance with a limit of indemnity of not less than ten million pounds sterling (10,000,000 GBP) in relation to any one

claim or series of claims.

-Public liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP) in relation to any one

claim or series of claims;

-Employer's liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP);

-Professional indemnity insurance with a limit of indemnity of not less than one million pounds sterling (1,000,000 GBP) in relation to any

one claim or series of claims

- The supplier is required to provide a minimum of 2 number of years accounts clearly showing a minimum yearly turnover of 1,460,000

GBP equating to approximately 2x Estimated value of the Contract advertised.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

In-line with industry standards

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

11 February 2026

Local time

12:00pm

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

11 February 2026

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Once the deadline has passed submissions can neither be created nor submitted. It is not advisable for Suppliers to wait until the last

moment before creating and dispatching a response in case of any last minute problems. Please note large files should be uploaded as early

as possible to ensure transfer before deadline. If a Supplier is having problems uploading to the PCS site, then the University must be

informed well in advance and depending upon the merit of the case, the University may arrange for the tender to remain open on the PCS

system for a short period after the deadline time stated. System problems do not fall under the University’s remit and should be referred to

PCS.

Postbox Security: Postbox submissions cannot be accessed by anyone, including Millstream, (the provider of the Public Contracts Scotland

system) until the deadline.

Freedom of Information

The Freedom of Information (Scotland) Act 2002 (FOISA), which came into force on 1 January 2005, designates University of Glasgow as

a Scottish public authority and therefore subject to the provisions and obligations in that Act. This means that any person who makes a

valid request for information held by University of Glasgow will be entitled to receive it, unless all or part of that information can be

withheld by virtue of the exemptions in that Act.

Under the Act, University of Glasgow may be required to disclose any information held relating to your response to anyone who makes a

request under that Act. Such information may only be withheld if it meets one or more of the exemptions or conditions in that Act. Even if

an exemption is available University of Glasgow may nevertheless disclose requested information. Information held cannot simply be

classified as “confidential" or "commercial in confidence" to enable it to be protected from disclosure.

University of Glasgow may publish the names and contact details of companies who have been issued with a Questionnaire on its website.

Information may also be requested under the UK General Data Protection Regulation (UK GDPR) tailored by the Data Protection Act 2018

and the Environmental Information (Scotland) Regulations 2004.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=820325.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Not Applicable

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:

- employment and training opportunities for priority groups

- vocational training

- up-skilling of the existing workforce

- equality and diversity initiatives

- making sub-contracting opportunities available to SMEs, the third sector and supported businesses

- supply-chain development activity

- building capacity in community organisations

- educational support initiatives

- work with schools, colleges and universities to offer work experience

Please advise what community benefits you commit to delivering as a result of this Contract?

(SC Ref:820325)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom