Tender

Provision of Drain Cleaning, Repairs & Investigation Services (2025-29)

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2025/S 000-046103

Procurement identifier (OCID): ocds-h6vhtk-051dd8 (view related notices)

Published 5 August 2025, 12:56pm



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

Email

magnus.tuck@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 Drain Cleaning, Repairs & Investigation Services (2025-29)

Reference number

UOS-36560-2025

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

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 Drain Cleaning, Repairs & Investigation Services (2025-29) (UOS-36560-2025).

two.1.5) Estimated total value

Value excluding VAT: £281,851

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232452 - Drainage works
  • 90912000 - Blast-cleaning services for tubular structures
  • 45232411 - Foul-water piping construction work
  • 45232453 - Drains construction work

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. This Contract will include, however, will not be limited to:

- Provide a range of reactive drainage services across all University sites and buildings:

- Provide drainage surveys, this service will investigate drainage issues, and establish the required remedial action necessary to resolve drainage defects:

- Provide materials & labour to carry out drainage repair works to resolve drainage defects.

- Provide written drainage reports which include video film footage to support the survey investigation:

- Provide all necessary drain cleaning equipment to carry out the required services; and

- Provide a Vactor cleaning vehicle to clear foul water and solid waste.

The contract will be awarded on a sole supply basis and will be largely related to services.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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.2.10) 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 3B.1.2: Average Yearly Turnover

The Tenderer will be required to have a minimum average yearly turnover of GBP 563,702.76 for the past 3 financial years.

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

It is a requirement that the 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) 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) 4B.5.1b

Employers (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) 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 the respect of Third Party Injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

2. SPD (Scotland) Question 4D.2: Environmental Management Standards

Minimum level(s) of standards possibly required

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 I - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT (Invitation to Tender) 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 I - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT (Invitation to Tender) on PCS-Tender (PCS-T). The Tenderer 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

Open 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 000-024875

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

Date

5 September 2025

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

5 September 2025

Local time

12:00pm


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. August 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 ITT exercise. The Project code is 60025. 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:804547)

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.