Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
Contact
Magnus Tuck, Procurement Co-ordinator
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)
Reference number
UOS-36552-2025
two.1.2) Main CPV code
- 90711100 - Risk or hazard assessment other than for construction
two.1.3) Type of contract
Services
two.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).
two.1.5) Estimated total value
Value excluding VAT: £286,785
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 90733000 - Services related to water pollution
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
University of Strathclyde.
two.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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £286,785
two.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.
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.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.
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
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 possibly 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
three.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 possibly 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.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-025178
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 July 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 August 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.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.
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
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)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.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.