Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 25th Mar 2026
| Reference | ocds-h6vhtk-060fc9 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £402,981 |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 25th Mar 2026
| Reference | ocds-h6vhtk-060fc9 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | £402,981 |
Section I: Contracting authority
I.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
Contact
Amanda McFarlane, Senior Procurement Specialist
amanda.mcfarlane [at] strath.ac.uk
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Provision of a Safety Access Systems Maintenance Measured Term Contract (MTC) (including Edge Protection) (2025-29)
Reference number
UOS-36989-2025
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Strathclyde ("the University") is seeking to establish a Contract for the Provision of a Safety Access Systems Maintenance Measured Term Contract (MTC) (including Edge Protection) (2025-29) (UOS-36989-2025).
II.1.5) Estimated total value
Value excluding VAT: 拢402,981
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 35113100 - Site-safety equipment
- 35113300 - Safety installations
- 45233292 - Installation of safety equipment
- 50800000 - Miscellaneous repair and maintenance services
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
The University of Strathclyde (the 鈥淯niversity鈥) is seeking to establish a contract to support the delivery of activities outlined below. The Contract will include, however, will not be limited to:
- Carry out safety inspections, testing, and certification of all free-standing roof edge protection systems across the John Anderson Campus in full accordance with the requirements of BS EN 13374:2013 + A1:2018, using competent and appropriately trained personnel:
- Carry out Safety inspection to roof fixed roof ladder access system inline with BS 4211:2005+A1:2008 Specification for permanently fixed ladders:
- BS EN 12951:2004 Prefabricated accessories for roofing - Permanently fixed roof ladders Product specification and test methods:
- A detailed report must be provided, including photographic evidence, system locations, and Pass/Fail certification:
- The principal systems covered under this Contract include the EVO Guardrail Safety System (including inclined and radius configurations and associated accessories) and IKO roofing rail systems, specifically the Elite Safety Systems Po-Guard edge protection system and related accessories:
- Planned and preventative maintenance (PPM) of campus wide safety access systems including eye bolts, abseil points and latch way systems. Eye bolts and latch ways require inspection and maintenance on an annual basis, and abseil points require testing every six months:
- Supply, delivery & installation of safety access systems where required:
- Provide training - Safe Work at Height Training (for Site Operatives) and Rescue & Evacuation Training at height; and
- Ad hoc / reactive services / works.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: 拢402,981
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.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
Minimum level(s) of standards 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 805,962 for the past 3 financial years.
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement that the Tenderer holds, 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 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) SPD Part 4C.6: Qualifications
2. SPD (Scotland) SPD Part 4D.1: Quality Assurance Schemes
3. SPD (Scotland) SPD Part 4D.2: Environmental Management
Minimum level(s) of standards possibly required
1. SPD (Scotland) SPD Part 4C.6: Qualifications
The Tenderer must confirm they hold specific qualifications / training (or equivalent) in relation to the requirements of this Contract. These are as follows:
- Certification / training to install and/or test the EN795 Class A1/A2, B, C, D & E fall arrest / restraint systems for MSA Latchways and 3M fall protection systems:
- BS EN 13374:2013 + A1:2018 - Temporary edge protection systems:
- BS 4211:2005+A1:2008 Specification for permanently fixed ladders; and
- BS EN 12951:2004 Prefabricated accessories for roofing.
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", 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 I - 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 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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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: 2026/S 000-007149
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
27 April 2026
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
27 April 2026
Local time
12:00pm
Section VI. Complementary information
VI.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. March 2030.
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
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 31314. For more information see:
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, 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:827092)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G696ER
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.
