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 an Access Control Maintenance Measured Term Contact (MTC) (2025-29)
Reference number
UOS-36990-2025
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
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 an Access Control Maintenance Measured Term Contract (MTC) (2025-29) (UOS-36990-2025).
two.1.5) Estimated total value
Value excluding VAT: £288,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 35121300 - Security fittings
- 44521120 - Electronic security lock
- 44521130 - Enhanced security lock
- 42961100 - Access control system
- 31351000 - Electric conductors for access control systems
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:
- Planned and preventative maintenance (PPM) of campus wide access control systems. Each installation must receive 1 service annually with all component parts of the EACS being serviced each visit. Central EACS hardware / software / firmware must receive 2 service visits per annum:
- Ad hoc / reactive services / works:
- Access to, knowledge and familiarity with WIN-PAK system software including:
- Software upgrades:
- Firmware upgrades:
- Fault diagnosis and resolving; and
- System hardware including door controllers and various types of locking / securing devices.
- Maintenance of virtual servers & operating system to ensure servers have sufficient disk space and the operating system is suitably patched:
- In the event of irreparable panel/system failure, undertake works to replace panels, devices to restore a working access control system:
- Provision of 24-hour, 365 days call-out service response and scheduled maintenance; and
- Provision of end-user training; primarily focusing on system database operating / software training.
Emergency call outs require the Contractor to arrive at the site within 4 hours to ensure that the site is made safe / secure immediately and shall adopt a “first fix” approach. The site should be corrected within a maximum of 24 hours. The Contractor will be required to confirm that they have access to spares, including panels, to ensure this is achievable.
This Contract will account for access control systems including carpark barriers, internal & external doors throughout buildings found within the John Anderson Campus and other satellite sites, including NMIS & PNDC.
two.2.5) Award criteria
Quality criterion - Name: Qualtiy / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £288,000
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 4B.1.2: "Average" Yearly Turnover
The Tenderer will be required to have a minimum average yearly turnover of GBP 576,000 for the past 3 financial years.
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement that the Tenderer hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the type 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.
Product Liability: maintain a minimum indemnity limit of GBP 10 million in the aggregate.
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 4C.1.2: Services
2. SPD (Scotland) Question 4C.6: Qualifications
3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
4. SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards possibly required
1. SPD(Scotland) Question 4C.1.2: Services
The Tenderer will be required to provide examples (3) of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
The Tenderer must use the template (Appendix D) provided for them to answer question 4C.1.2 of their SPD response. The Tenderer MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.
Due to restrictions placed upon the character count by the advertising portal, The Tenderer should refer to the scoring methodology provided within the document "Appendix D - SPD (Scotland) 4C.1.2 Template v1", which can be found in the "Appendices" folder within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T).
Requirement/Question:
The Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant description (II.2.4) (Description of the Procurement) within the Contract Notice. This question 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 each example.
Please note, the scores for each example will then be totalled and averaged, and the Tenderer must score a minimum / average of 2 overall across all examples, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
2. SPD (Scotland) Question 4C.6: Qualifications
The Tenderer must hold all of the following professional and educational qualifications (or equivalent); - NACOSS (NSI) Gold: - British Approvals for Fire Equipment (BAFE): - Construction Online (Gold); and - CHAS (Advanced).
In addition to this, staff maintaining the equipment / systems, require all of the following (or equivalent): - NACOSS (NSI) Access Control Installation & Maintenance Training Certificate: - WinPak SE/PE 4.0 Basic Certified Installer Certificate; and - WIN-PAK Certified Installer On-Demand Certificate
3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes
Due to restrictions placed on the character count by the advertising portal, the Tenderer should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.
4. SPD (Scotland) Question 4D.2: Environmental Management Standards
Due to restrictions placed on the character count by the advertising portal, the Tenderer should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder 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, pleases see the tender documents (details of how to access these being set out in section 1.3) Communication, of the 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 000-025789
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 November 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
10 November 2025
Local time
12:00pm
Place
University of Strathclyde.
Information about authorised persons and opening procedure
University of Strathclyde Officers & Members.
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. October 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 72 - Modifications 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30275. 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:811954)
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.