Ƶ

Construction Tenders

11 April 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 8

Status Active

Published 18th Mar 2025

Tender Details
Referenceocds-h6vhtk-04dbf8
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£20,275,384
« Previous Page

No location provided

Category Works

Type

No. of Lots 8

Status Active

Published 18th Mar 2025

Tender Details
Referenceocds-h6vhtk-04dbf8
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£20,275,384

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

Contact

Kenneth Carlin, Category Manager

Email

kenneth.carlin [at] strath.ac.uk

Telephone

+44 7811592949

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

University of Glasgow

Procurement Office, Tay House

Glasgow

G12 8QQ

Email

finance-procurementhelpline [at] glasgow.ac.uk

Telephone

+44 1413304113

Fax

+44 0000000000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Glasgow Caledonian University

70 Cowcaddens Road

Glasgow

G4 0BA

Email

procurement [at] gcu.ac.uk

Telephone

+44 1413313578

Fax

+44 0000000000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract involves joint procurement

I.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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Planned & Reactive Maintenance Framework (PRMF) (2025-29)

Reference number

UOS-29574-2025

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The University of Strathclyde (the “University”) is seeking to establish a framework agreement to support the delivery of planned & reactive works activities which fall under the lots outlined below:

- Lot 1: Fire Protection Works

- Lot 2: Joinery & Builderwork

- Lot 3: Painting & Decorating

- Lot 4: Roofing

- Lot 5: Flooring

- Lot 6: Steeplejacks (Projects)

- Lot 7: Steeplejacks (PPM)

- Lot 8: Pump Maintenance / Repairs / Installation

The Tenderer may submit a bid for only one of the lots listed above as part of this Framework.

Please note, the University of Glasgow (UoG) and Glasgow Caledonian University (GCU) are also participating in this Framework and may choose to use this agreement as per their requirements.

II.1.5) Estimated total value

Value excluding VAT: £20,275,384

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

II.2.1) Title

Fire Protection Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- fire inspections:

- reporting of building fabric elements:

- service penetrations where required:

- supply & installation of suitable compliant certified products:

- providing certification that any works have been completed to a high standard, and are now deemed compliant in line with the University's Fire Officers’ requirements & current guidance; and

- must have experience with Hilti, Corofil, Rockwool, Actionair (or equivalent) dampers product ranges & intumescent coatings.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,651,108

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Joinery & Builderwork

Lot No

2

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45421140 - Installation of metal joinery except doors and windows
  • 45421150 - Non-metal joinery installation work
  • 44220000 - Builders' joinery
  • 44230000 - Builders' carpentry

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- planned maintenance:

- backlog maintenance:

- routine repair small works projects:

- inspections and repairs to brickwork, concrete and stonework:

- door replacements/upgrades, including minor electrical, ceiling & floor modification if required; and

- have access to certified door manufacturers, glass suppliers, deal with non-licensed asbestos works in-house, and be reactive for emergency call outs if required both on and off campus.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £7,025,000

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Roofing

Lot No

4

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45112713 - Landscaping work for roof gardens
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- slating & tiling:

- applied coatings:

- leadwork repairs / replacement:

- singly ply membranes:

- cladding:

- small repairs:

- patch repairs:

- full roof replacements:

- roof ladders installation:

- roof guards/edge protection:

- roof light replacement & repairs:

- must be approved installers for products such as IKO, Bauder, Moy, Alumasc, Sarna, Marley, Tata (or equivalent); and

- access to an asphalter would be advantageous.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £2,557,000

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Painting & Decorating

Lot No

3

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45233221 - Road-surface painting work
  • 45233270 - Parking-lot-surface painting work
  • 45261200 - Roof-covering and roof-painting work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45440000 - Painting and glazing work
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45451000 - Decoration work

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- internal & external areas:

- street furniture, railings & gates:

- must have 1-2 operatives constantly on site, and the ability to ramp up resources for larger works packages & key delivery dates (e.g. student vacation periods):

- wallpaper removal, lining and repairs:

- having an in-house plasterer would be advantageous where walls need repairs or skim coats for the best possible finish:

- must be able to provide own access equipment:

- operate with Permit to Works (PTWs); and

- provide extract units & trunking where fumes maybe encountered & need managed.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £2,813,337

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Flooring

Lot No

5

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45262321 - Floor-screed works
  • 45430000 - Floor and wall covering work
  • 45431100 - Floor-tiling work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45432100 - Floor laying and covering work
  • 45432110 - Floor-laying work
  • 45432111 - Laying work of flexible floor coverings
  • 45432113 - Parquet flooring
  • 45432114 - Wood flooring work
  • 45432120 - False floor installation work
  • 45432121 - Computer floors
  • 45432130 - Floor-covering work

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- carpet tile, vinyl, lino & mat wells, with an element of ceramic flooring as well:

- flooring repairs, full replacement & upgrades:

- must have experience with Forbo, Altro, Gradus, Interface, Polyflor, Millikan, & Gerflor (or equivalent) ranges of products & accessories:

- must be able to carry out floor screed repairs, lay new surface screeds and install movement joints where required; and

- must be able to lift and dispose of non-licensed asbestos flooring products.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,756,250

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Steeplejacks - Projects

Lot No

6

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45112713 - Landscaping work for roof gardens
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work
  • 45262000 - Special trade construction works other than roof works

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- gutter cleaning:

- downpipe CCTV inspections & reports with subcontractors:

- roof repairs & small roof replacements:

- sandstone repairs at height and repointing:

- painting at height:

- stained glass window repairs at height:

- emergency call out repairs & holding repairs:

- responding to storm damage incidents & making safe, external safety checks & inspections with accompanying reports:

- assistance to main contractors with edge protection and movement of materials on occasion where access is an issue or to avoid large scaffold erections for short periods of time:

- leadwork repairs and replacement:

- window inspections at height:

- materials sampling at height:

- wall tie retrofits at height:

- skylight repairs, removal & replacements; and

- roof ladder checks and replacements if condemned / failed pull out tests.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £3,150,190

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Pump Maintenance / Repairs / Installation

Lot No

8

II.2.2) Additional CPV code(s)

  • 45232152 - Pumping station construction work
  • 45232423 - Sewage pumping stations construction work
  • 45232431 - Wastewater pumping station
  • 45245000 - Dredging and pumping works for water treatment plant installations
  • 45252124 - Dredging and pumping works
  • 45317100 - Electrical installation work of pumping equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50511000 - Repair and maintenance services of pumps
  • 50511100 - Repair and maintenance services of liquid pumps
  • 50511200 - Repair and maintenance services of gas pumps

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- maintenance and repair of booster sets / pressurisation units / drainage sewage:

- pump repairs, maintenance, replacement, temporary installations, servicing:

- pump inspections, visual as well as noise / leaks / blockages / electrical checks:

- lift submersible pumps:

- visual inspection of sump chamber, valves and pipework; and

- manifold and valve condition checks / repairs.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £666,250

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Steeplejacks - PPM

Lot No

7

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45112713 - Landscaping work for roof gardens
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work
  • 45262000 - Special trade construction works other than roof works

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

II.2.4) Description of the procurement

This lot will include, however, will not be limited to:

- gutter cleaning and testing:

- roof cleaning of debris and materials:

- moss removal, mould lichen & algae remover application:

- roof lantern and skylight cleaning:

- hydrostatic testing of leaking felt roofs:

- fault finding and investigating:

- reactive call outs for storm damage or vandalism:

- CCTV of downpipes if suspect they are defective:

- glazing repairs and painting at height:

- leadwork repairs; and

- downpipe repairs in hard to access wells, lintel repairs in wells.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £656,250

II.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, and on a lot by lot basis.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 for the past 2 financial years for the following lots;

Lot 1: Fire Protection - GBP 619,166

Lot 2: Joinery & Builderwork - GBP 2,634,375

Lot 3: Painting & Decorating - GBP 1,055,002

Lot 4: Roofing - GBP 958,875

Lot 5: Flooring - GBP 658,594

Lot 6: Steeplejacks (Projects) - GBP 1,181,322

Lot 7: Steeplejacks (PPM) - GBP 246,094

Lot 8: Pump Maintenance / Repairs / Installation - GBP 249,844

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

It is a requirement of this Contract that the Tenderer hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below, which are applicable to all lots;

SPD (Scotland) Question 4B.5.1a

Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 2 million in respect of each claim, and without limit to the number of claims.

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.

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 respect of Third Party Injury.

III.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4C.6: Qualifications

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.6: Qualifications

For the below lots, the Tenderer must confirm they hold one, and/or more, of the following qualifications / certifications / membership (and/or equivalent):

Lot 1: Fire Protection Works - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Loss Prevention Certification Board (LPCB) / Fire Protection Association (FPA).

Lot 2: Joinery & Builderwork - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / British Woodworking Federation (BWF).

Lot 3: Painting & Decorating - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Scottish Decorators' Federation (SDF) / Painting & Decorating Association (PDA).

Lot 4: Roofing - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / National Federation of Roofing Contractors (NFRC) / Lead Contractors Association (LCA).

Lot 5: Flooring - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / The British Wood Flooring Association (BWFA) / Contract Flooring Association (CFA).

Lot 6: Steeplejacks (Projects) - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Association of Technical Lightning & Access Specialists (ATLAS) / Industrial Rope Access Trade Association (IRATA).

Lot 7: Steeplejacks (PPM) - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Association of Technical Lightning & Access Specialists (ATLAS) / Industrial Rope Access Trade Association (IRATA).

Lot 8: Pump Maintenance / Repairs / Installation - CSCS / Constructionline / CITB (Construction Industry Training Board) / The Scottish Building Federation (SBF) / Achilles.

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 D - 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 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 D - 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 Tenderer must meet the relevant minimum level(s) of standards set out.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Contract, please see 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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 24

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

N/A.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-003862

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

Date

18 April 2025

Local time

12:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

18 April 2025

Local time

12:00pm

Place

University of Strathclyde.

Information about authorised persons and opening procedure

University of Strathclyde Officers & Members.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is anticipated that when this Framework ends, and if all extension options are exercised, it will be go out to tender again in 2028/29.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Tenderer is advised that the envisaged maximum number of participants that might be appointed to the proposed Framework set out in section IV.1.3 of this Contract Notice is purely indicative. The University of Strathclyde reserves the right to appoint more or less bidders than the envisaged number.

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 28690. For more information see:

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:

A Sub-contract clause is not appropriate for this Framework, as the large majority of call-offs will be low value, with a quick / short delivery programme.

Community benefits are included in this requirement. For more information see:

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, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:792273)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

VI.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.