Section one: Contracting authority
one.1) Name and addresses
Abertay University
Bell Street
Dundee
DD1 1HG
Contact
Nicci Robertson
Telephone
+44 1382308995
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00103
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/go/039239270198E164A0E0
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/go/039239270198E164A0E0
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
Building Maintenance Services
Reference number
121-AU-EST-2425
two.1.2) Main CPV code
- 71315000 - Building services
two.1.3) Type of contract
Services
two.1.4) Short description
It is the intention of the University to establish a contract with a single, competent contractor for the comprehensive provision of building services maintenance services across its estate. The purpose of this contract is to ensure a consistent, efficient, and high-quality approach to maintaining the University’s buildings, supporting both statutory compliance and operational excellence.
The successful contractor will be required to deliver the following core services:
Planned Preventative Maintenance (PPM)
The contractor shall develop and implement a structured PPM programme covering all critical building systems, fabric, and equipment. This programme must be designed to:
- Extend the lifespan of assets
- Minimise unplanned downtime and disruption
- Ensure full compliance with all relevant health, safety, and statutory regulations
- Maintain accurate maintenance records and schedules
- Include provisions for equipment that remains under manufacturer or supplier warranty, ensuring that a required parts or components are sourced and supplied in accordance with the terms of the warranty, at no additional cost to the University
Emergency Maintenance Response (24/7 Coverage)
- The contractor must provide around the clock emergency support service, available 24 hours a day, 7 days a week. This service shall:
- Respond promptly to urgent issues affecting health and safety, security, or core operations
- Deploy qualified personnel within agreed response times
- Offer clear communication and incident reporting protocols
The contractor will be expected to demonstrate the capacity and resources necessary to deliver services across multiple University sites, including academic buildings. These buildings will be:
- Kydd Building
- Old College Building
- Library Building
- Annie Lamont Café Building
The university places a strong emphasis on sustainability, health and safety, and cost efficiency, and expects the appointed contractor to support these strategic priorities throughout the duration of the contract.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315000 - Building services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Abertay University
Bell Street
Dundee
DD1 1HG
two.2.4) Description of the procurement
It is the intention of the University to establish a contract with a single, competent contractor for the comprehensive provision of building services maintenance services across its estate. The purpose of this contract is to ensure a consistent, efficient, and high-quality approach to maintaining the University’s buildings, supporting both statutory compliance and operational excellence.
The successful contractor will be required to deliver the following core services:
Planned Preventative Maintenance (PPM)
- The contractor shall develop and implement a structured PPM programme covering all critical building systems, fabric, and equipment. This programme must be designed to:
- Extend the lifespan of assets
- Minimise unplanned downtime and disruption
- Ensure full compliance with all relevant health, safety, and statutory regulations
- Maintain accurate maintenance records and schedules
- Include provisions for equipment that remains under manufacturer or supplier warranty, ensuring that a required parts or components are sourced and supplied in accordance with the terms of the warranty, at no additional cost to the University
Emergency Maintenance Response (24/7 Coverage)
- The contractor must provide around the clock emergency support service, available 24 hours a day, 7 days a week. This service shall:
- Respond promptly to urgent issues affecting health and safety, security, or core operations
- Deploy qualified personnel within agreed response times
- Offer clear communication and incident reporting protocols
The contractor will be expected to demonstrate the capacity and resources necessary to deliver services across multiple University sites, including academic buildings. These buildings will be:
- Kydd Building
- Old College Building
- Library Building
- Annie Lamont Café Building
The university places a strong emphasis on sustainability, health and safety, and cost efficiency, and expects the appointed contractor to support these strategic priorities throughout the duration of the contract.
two.2.5) Award criteria
Quality criterion - Name: Techncial / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Selection criteria as stated in the procurement documents
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 October 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
Tender must be valid until: 30 October 2025
four.2.7) Conditions for opening of tenders
Date
3 October 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60296. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:806662)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff & Justice of the Peace Courts
6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Dundee Sherriff & Justice of the Peace Courts
6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom