ProcurementEstates Services

Agreements in place for Estates Services.

Provision of Confidential Waste Disposal & Associated Services (2021 to 2024) agreement.
Agreement title Provision of Confidential Waste Disposal & Associated Services (2021 to 2024)
Reference UOS-18797-2020
Expiry date 16 June 2024
Procurement contact
Scope This contract was awarded to Shredall (East Midlands) Ltd and includes the provision of Confidential Waste Disposal Service in order to comply with General Data Protection Regulation (GDPR). The Data Protection Act 2018 states that data held by an organisation must be kept secure and disposed of safely, ensuring confidential and personal information is destroyed for the University of Strathclyde buildings.
Purchase method

If you have a requirement for confidential waste disposal & associated services, please contact Sustainable Strathclyde, more details on waste collection streams can be found on the University’s website.

This Contract was awarded to Shredall (East Midlands) Ltd, any requirement for confidential waste disposal & associated services must be purchased via this supplier on Financial Management System (FMS), through free text.

All orders issued to the supplier must use the reference “UOS-18797-2020”.

Delivery timescales

Reactive response time – within 48 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for confidential waste/data to be disposed of in a secure environment. All rates are fixed for the full duration of the contract.

Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (2021 to 2025) framework agreement.
Agreement title Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (2021 to 2025)
Reference UOS-14754-2019
Expiry date 30 September 2024
Procurement contact
Scope

This Contract is divided into two lots, and was awarded to the following suppliers:

  • Lot 1 – ADT Systems, awarded to ADT Fire & Security Plc
  • Lot 2 – Non ADT Systems, awarded to Rapid Fire Services Ltd

The contract includes:

  • ensuring compliance with all relevant guidance and legislation, in addition to the
    University’s policies/procedures
  • all maintenance, labor, spare parts and replacements
  • emergency call-outs, and out-of-hours work when required
Purchase method

If you have a requirement for fire alarm maintenance, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to ADT Fire & Security Plc, and Rapid Fire Services Ltd, any requirement for fire alarm maintenance must be purchased via these suppliers on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-14754-2019”.

Delivery timescales

Reactive/emergency response time – within four hours of receipt of call.

Sustainability

N/A.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), additional goods, and hourly rates for reactive services. All rates are fixed for the first 12 months and thereafter at 12-monthly intervals as per the contract.

Provision of Pest Control & Associated Services (Campus) (2022 to 2026) framework agreement.
Agreement title Provision of Pest Control & Associated Services (Campus) (2022 to 2026)
Reference UOS-23373-2022
Expiry date 22 January 2025
Procurement contact
Scope

This contract was awarded to G.P. Environmental Ltd, and includes:

  • pest control services/inspections/treatments
  • planned preventative maintenance (PPM)
  • ad-hoc / reactive service visits
  • suitably qualified/equipped personnel
  • standard 24-hour response time from receipt of call, unless otherwise agreed by the University
  • in exceptional circumstances, an emergency four-hour response time from receipt of call
Purchase method

If you have a requirement for pest control & associated services, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to G. P. Environmental Ltd, any requirement for pest control & associated services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-23373-2022”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call, emergency within four hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), and hourly rates for reactive services. All rates are fixed for the first 24 months, and thereafter at 12-monthly intervals as per the contract.

Planned & Reactive Maintenance Framework (PRMF) (2021 to 2025) framework agreement.
Agreement title Planned & Reactive Maintenance Framework (PRMF) (2021 to 205)
Reference UOS-16882-2020
Expiry date 20 April 2024
Procurement contact 
Scope

The University of Strathclyde has established a framework agreement to support the delivery of planned and reactive maintenance for activities that fall under the lots below:

  • Lot 1: Fire Protection
  • Lot 2: Joinery & Builderwork
  • Lot 3: Painting & Decorating
  • Lot 4: Roofing
  • Lot 5: Flooring
Purchase method

If you have a requirement for any of the services/works listed above, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots:

  • Direct Award: The University can conduct a direct award with the first ranked Contractor within a lot. If the first ranked Contractor cannot fulfil the call-off, then the University can approach the second ranked Contractor within the lot, and so forth, until they can secure a Contractor who can meet the requirements.
  • Mini-Competition: The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £100k will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £100,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales Various
Sustainability Suppliers have offered a range of community benefits as part of this framework.
Pricing The contract has costs for Preliminaries, National Schedule of Rates, Non-National Schedule of Rates, and Dayworks. All costs are fixed for the full duration of the contract.

Lots

Planned & Reactive Maintenance Framework (PRMF) (2021 to 2025) suppliers.
Framework lotRankingSupplier contact details
Lot 1 – Fire Protection
  1. Taylor & Fraser Ltd
  2. Adaptive Fire Protection Ltd
Please contact Procurement, and refer to the Buyer’s Guide for this Framework.
Lot 2 – Joinery & Builderwork
  1. MPMH Construction Ltd
  2. Clark Contracts Ltd
  3. Taylor & Fraser Ltd
  4. Advanced Building Contractors Ltd
  5. Morris & Spottiswood Ltd
Please contact Procurement, and refer to the Buyer’s Guide for this Framework.
Lot 3 – Painting & Decorating
  1. Mitie Property Services (UK) Ltd
  2. Trident Maintenance Services Ltd
  3. JS McColl (Painting Contractors) Ltd
Please contact Procurement, and refer to the Buyer’s Guide for this Framework.
Lot 4 - Roofing
  1. MPMH Construction Ltd
Please contact Procurement, and refer to the Buyer’s Guide for this Framework.
Lot 5 - Flooring
  1. Kirkton Flooring Ltd
  2. Devar Premier Flooring Ltd
  3. MPMH Construction Ltd
  4. Morris & Spottiswood Ltd
Please contact Procurement, and refer to the Buyer’s Guide for this Framework.

Safety Access Systems Maintenance & Repairs (2021 to 2025) framework agreement.
Agreement title Safety Access Systems Maintenance & Repairs (2021 to 2025)
Reference UOS-14013-2021
Expiry date 12 September 2024
Procurement contact
Scope

This Contract was awarded to Access Contracting Limited and includes:

  • Planned preventative maintenance for safety access equipment, including relevant six-monthly and annual load test and inspections in accordance with EN795 and associated remedial services and works.
Purchase method

If you have a requirement for Safety Access Systems Maintenance and Repairs, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Access Contracting Limited, any requirement for Safety Access Systems Maintenance and Repairs must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-14013-2021”.

Delivery timescales N/A.
Sustainability N/A.
Pricing The Contract has costs for six- monthly and Annual Maintenance including annual load test and inspections.

Provision of a Suspended Access Equipment Maintenance Measured Term Contract (MTC) (2022 to 2026) framework agreement.
Agreement title Provision of a Suspended Access Equipment Maintenance Measured Term Contract (MTC) (2022 to 2026)
Reference UOS-20243-2021
Expiry date 9 August 2025
Procurement contact
Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with PTSG Access & Safety Ltd to support the delivery of activities outlined below;

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

  • Planned and preventative maintenance (PPM) for suspended access equipment, including quarterly visits
  • annual load tests and certification; and
  • associated remedial/reactive services/works
Purchase method

If you have a requirement for suspended access equipment maintenance, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to PTSG Access & Safety Ltd, any requirement for suspended access equipment maintenance must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-20243-2021”.

Delivery timescales Reactive response time – within 24 hours of receipt of call.
Sustainability Not applicable.
Pricing The contract has costs for Planned and Preventative Maintenance (PPM), materials and plant, training and inspections, and hourly rates for reactive services. PPM and hourly rates are fixed for the full duration of the contract. Materials and plant, and training and inspections are fixed for the first 12 months, and thereafter at 12-monthly intervals as per the contract.

Provision of Waste Electrical and Electronic Equipment (WEEE) Waste Disposal & Associated Services (2021 to 2024) framework agreement.
Agreement Title:  Provision of WEEE Waste Disposal & Associated Services (2021 to 2024)
Reference: UOS-18798-2020
Expiry Date: 16 June 2024
Procurement Contact: 
Scope:

This contract was awarded to CCL North Ltd and includes, however, is not limited to:

  • waste disposal service that involves the routine collection, recycling, recovery and disposal of IT related equipment / refrigerated equipment / non-refrigerated / batteries
Purchase method

If you have a requirement for WEEE waste disposal and associated services, contact Sustainable Strathclyde. More details on waste collection streams can be found on the University’s website.

This contract was awarded to CCL North Ltd, any requirement for WEEE waste disposal & associated services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-18798-2020”.

Delivery timescales

Reactive response time – within 48 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for WEEE waste disposal & associated services to be disposed of in a secure environment. All rates are fixed for the full duration of the contract.

Provision of Window Cleaning, Reactive Cleaning & Associated Services (2022 to 2026) framework agreement.
Agreement title  Provision of Window Cleaning, Reactive Cleaning & Associated Services (2022 to 2026)
Reference UOS-23357-2022
Expiry date 1 November 2026
Procurement contact
Scope

This contract was awarded to Caledonian Maintenance Services Ltd, and includes, however is not limited to:

  • internal and external window cleaning
  • reactive cleaning/emergency 24/7 coverage
  • flexible service provision, accounting for different building types, cleaning methods, building access, road restrictions, and occupancy levels
  • various cleaning methods, including abseiling/must provide necessary access equipment to deliver services 
Purchase method If you have a requirement for window cleaning, reactive cleaning and associated services, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Caledonian Maintenance Services Ltd, any requirement for window cleaning, reactive cleaning & associated services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-23357-2022”.

Delivery timescales Reactive response time – within 24 hours of receipt of call, emergency within four hours of receipt of call.
Sustainability Not applicable.
Pricing The contract has costs for Planned and Preventative Maintenance (PPM), and hourly rates for reactive services. All rates are fixed for the full duration of the contract.

Provision of Access Control Maintenance and Repair framework agreement.
Agreement title Provision of Access Control Maintenance and Repair 
Reference UOS-20194-2021
Expiry date 31 July 2025
Procurement contact
Scope

This Contract was awarded to SPIE Scotshield Ltd, and includes: 

  • Annual Maintenance
  • Call-out response to faults with repairs that can include system installation / replacement / upgrading works
Purchase method

If you have a requirement for Access Control Maintenance, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to SPIE Scotshield Ltd, any requirement for Access Control Maintenance and Repair must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-20194-2021”.

Delivery timescales

N/A.

Sustainability

N/A.

Pricing

The Contract has costs for Annual Maintenance; Call-out response to faults with repairs that can include system installation / replacement / upgrading works.

Supply & delivery of cleaning materials & associated products (2023 to 2027) framework agreement.

Reference

UOS-26124-2023

Expiry date

26 June 2025

Procurement contact

Scope

This contract was awarded to Instock Ltd, and includes, however, is not limited to:

  • the supply and delivery of cleaning materials & associated products across all University sites/buildings where there is a requirement
  • for Estates Services, deliveries will only be accepted Monday to Friday 9.00am to 12.00pm to specified locations, as per the specification. No kerbside deliveries will be accepted, all consumables will be taken into each buildings’ storage location as per cleaning staff instructions
  • implementation of a catalogue for ordering products that will be uploaded onto FMS, allowing users to purchase from a core product list with fixed pricing windows
  • implementation of e-invoicing

Purchase method

This contract was awarded to Instock Ltd, any requirement for cleaning materials and associated products should be purchased via this supplier on FMS, either through free text or utilising the e-catalogue.

All orders issued to the supplier must use the reference UOS-26124-2023.

Delivery timescales

Within five working days from date of order.

Sustainability

This supplier offered a range of community benefits as part of this contract.

Pricing

The contract has a core list of products, with rates fixed for the first 24 months, and thereafter at 12-monthly intervals as per the contract.

Provision of chemical waste disposal & associated services (2023 to 2027) framework agreement.

Reference

UOS-24805-2022

Expiry date

24 April 2025

Procurement contact

Scope

This contract was awarded to Veolia ES (UK) Limited, and includes

  • provision of chemical waste disposal services for University of Strathclyde buildings
  • provision of service of uplift and disposal of various types of hazardous waste including chemicals, solvents, and oils
  • provision of service management reporting and auditable trail

Purchase method

If you have a requirement for chemical waste disposal and associated services, please contact Sustainable Strathclyde, more details on waste collection streams can be found on the University’s website.

This Contract was awarded to Veolia ES (UK) Limited, any requirement for Chemical Waste Disposal & Associated Services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-24805-2022”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for waste stream, packaging/goods supply, services and hourly rates. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Provision of clinical waste disposal & associated services (2023 to 2027) framework agreement.

Agreement Title:

Provision of clinical waste disposal & associated services (2023 to 2027)

Reference

UOS-26447-2023

Expiry date

10 April 2025

Procurement contact

Scope

This Contract was awarded to SRCL Ltd, and includes;

  • Provision of clinical waste disposal services for University of Strathclyde buildings
  • Provision of service of uplift and disposal of consignments of clinical and biological waste in accordance with all relevant regulatory requirements
  • Provision of service management reporting and auditable trail

Purchase method

If you have a requirement for clinical waste disposal & associated services, please contact Sustainable Strathclyde, more details on waste collection streams can be found on the University’s website.

This Contract was awarded to SRCL Ltd, any requirement for Clinical Waste Disposal & Associated Services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-26447-2023”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for service requirements, packaging/goods supply. All rates are fixed for the first 24 months, and thereafter at 12-monthly intervals as per the contract.

Provision of commercial waste disposal & associated services (2023 to 2027) framework agreement.

Agreement title

Provision of commercial waste disposal & associated services (2023 to 2027)

Reference

UOS-24817-2022

Expiry date

19 January 2025

Procurement contact

Scope

This contract was awarded to ENVA Scotland Ltd, and includes:

  • provision of commercial waste services for University of Strathclyde buildings
  • provision of external bins, collection and processing of general waste, dry mixed recycling, food waste, glass, and bulk waste
  • reporting on all waste removed from campus
  • continual improvement activities to drive waste and cost reduction, circular economy, and improved waste hierarchy outcomes.

Purchase method

If you have a requirement for commercial waste disposal & associated services, please contact Sustainable Strathclyde, more details on waste collection streams can be found on the University’s website.

This Contract was awarded to ENVA Scotland Ltd, any requirement for commercial waste disposal and associated services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-24817-2022”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for main waste streams, bulky waste, and waste audits. All rates are fixed for the first 24 months, and thereafter at 12-monthly intervals as per the contract.

Provision of an Air Conditioning Maintenance Measured Term Contract (MTC) (2022 to 2027) framework agreement.
Agreement title Provision of an Air Conditioning Maintenance Measured Term Contract (MTC) (2022 to 2027)
Reference UOS-7795-2021
Expiry date 09/01/2027
Procurement contact
Scope

This Contract was awarded to C&M (Environmental) Ltd, and includes:

  • Maintenance of chillers
  • Maintenance of split air conditioning systems
  • Maintenance of Variable Refrigerant Volume (VRV) Systems
  • Maintenance of humidifiers
  • Maintenance of Compressor-Condensing Units (CCUs)
  • Maintenance of Fan Coil Units (FCUs), including all associated controls
  • Provision of a 24/7 helpdesk and call out service that operates 365 days a year
  • Only suitably qualified engineers visiting sites, however, the engineer may have an accompanying apprentice.
Purchase method

If you have a requirement for air conditioning maintenance, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to C&M (Environmental) Ltd, any requirement for air conditioning maintenance must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-7795-2021”.

Delivery timescales

Reactive / emergency response time – within four hours of receipt of call, within two hours for animal unit chillers.

Supply & Delivery of Air Filters & Associated Products (2023 to 27) framework agreement.

Reference

UOS-26618-2023

Expiry date

27 July 2025

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

This Contract was awarded to Camfil Ltd, and includes, however, is not limited to the supply & delivery of air filters & associated products with the undernoted requirements/obligations:

  • the Contractor will deliver all filters seven days before replacement is the due
  • the University shall provide 14 days’ notice to the Contractor should filters be required earlier/later than programmed
  • the Contractor will respond to Ad hoc requests (items not accounted for in the Pricing document) within 48 hours from a request for quote (RFQ) from the University
  • the University shall issue an annual PO which shall relate to the programme for ongoing filter replacement across all buildings within the John Anderson Campus, and Stepps Playing Fields
  • the delivery period for ad-hoc items will be 14 days from the date on the purchase order
  • all deliveries will be taken to the University nominated location, and the contractor will contact the University’s nominated representative on the working day before any delivery is due
  • all deliveries will have a delivery note, and part orders shall only be acceptable where the delivery note clearly outlines what has been delivered
  • air filters will be delivered in plastic bags/boxes to prevent damage/water ingress

Purchase method

If you have a requirement for the air filters and associated, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Camfil Ltd, any requirement for air filters and associated products must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-26618-2023”.

Delivery timescales

Within seven working days from date of order / 14 for ad-hoc items.

Sustainability

Not applicable.

Pricing

The contract has a core list of products, with rates fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Provision of an Airedale Air Conditioning Maintenance Measured Term Contract (MTC) (2023 to 27) framework agreement.

Agreement title

Provision of an Airedale Air Conditioning Maintenance Measured Term Contract (MTC) (2023-27)

Reference

UOS-24813-2022

Expiry date

17 February 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with Airedale International Air Conditioning Ltd to support the delivery of activities outlined below:

This contract will include, however, will not be limited to;

  • 24-hour helpdesk to handle call outs, which includes a minimum 4-hour call out with attendance by a suitably qualified/experienced engineer
  • a suitable number of engineers fully trained and certificated by the manufacturer within the last five years to handle call outs, service and repair work. The engineers will also be fully trained in turbocor compressors, and have certification to demonstrate this
  • conducting call outs, maintenance visits, and repairs, including all parts, labour and consumables associated with the University’s Airedale chillers / close control units. All as outlined in the manufacturer's 'Gold' standard contract. The units currently vary in age but are all in good condition
  • carry out service/repair work to the standards recommended by the manufacturer, and be able to provide a detailed service plan including a description of work and timescales for each work activity; and
  • must have a current contract in place with the manufacturer for access to software/software updates, and be able to provide evidence of this throughout the duration of the contract; and - have immediate access to spares, and therefore be able to demonstrate holding an account with the manufacturer

Purchase method

If you have a requirement for the maintenance/installation of Airedale equipment, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Airedale International Air Conditioning Ltd, any requirement for the maintenance/installation of Airedale equipment must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-24813-2022”.

Delivery timescales

Reactive/emergency response time – within four hours of receipt of call.

Sustainability

Not applicable

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), and hourly rates for reactive services/works. PPM rates are fixed for the full duration of the contract. Hourly rates are fixed for the first 12-months, and thereafter at 12-monthly intervals as per the contract.

Supply and Delivery of Building & Timber Materials (2019 to 2023) framework agreement.

Reference

0318

Expiry date

01 April 2024

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

The University of Strathclyde does not have an institutional contract for the general purchase of building & timber materials, as such, any requirement below £25,000 should be purchased via the above Scotland Excel Framework.

This Framework is split into 9 lots as outlined below, and Procurement recommends using one of the five highest placed suppliers listed under each lot:

Lot 1 – Timber Doors

Lot 2 – Timber Door Sets

Lot 3 – Sheet and Timber Materials

Lot 4 – Timber Fencing

Lot 5 – Laminated Walls Panels

Lot 6 – Kitchen Units and Worktops

Lot 7 – Timber Window Frames

Lot 8 – Building Materials

Lot 9 – Roofing Materials

Purchase method

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots;

1) Direct Award

The University can conduct a direct award with the supplier it identifies as representing best value for its requirement. This decision will be based upon the scores achieved in relation to the award criteria of all Contractors appointed to the Framework, and who are capable of performing the call-off.

If conducting a direct-award, all orders issued to the supplier must use the reference “0318”.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £50,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £25,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales

five working days.

Sustainability

Suppliers have offered a range of community benefits as part of this Framework.

Pricing

The contract has a core list of products, with rates fixed for the first six months (timber) and 12 months (non-timber), and thereafter at six monthly (timber) and 12 monthly (non-timber) intervals as per the framework.

 Lots 

Framework LotRankingSupplier Contact Details
Lot 1 – Timber Doors

1 – Travis Perkins Managed Services

2 – Grafton Merchanting GB Ltd

3 – Rembrand Timber Ltd

4 – Thornbridge Sawmills Ltd

5 – D McNair Builders Merchants Ltd

Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 2 – Timber Door Sets

1 – Hall & Tawse Joinery Ltd

2 – Scotdor

3 – Jewson Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 3 – Sheet & Timber Materials

1 – MGM Timber (Scotland) Ltd

2 – D McNair Builders Merchants Ltd

3 – IBT (Innes Building & Timber Merchants Ltd)

4 – Jewson Ltd

5 – Rowan Timber
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 4 – Timber Fencing

1 – MGM Timber (Scotland) Ltd

2 – IBT (Innes Building & Timber Merchants Ltd)

3 – D McNair Builders Merchants Ltd

4 – Thornbridge Sawmills Ltd

5 – Jewson ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 5 – Laminated Wall Panels

1 – FIBO UK Ltd

2 – MGM Timber (Scotland) Ltd

3 – Joinery & Timber Creations (65) Ltd

4 – NuStyle Products Ltd

5 – Rearo Laminates
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 6 – Kitchen Units and Worktops

1 – The Symphony Group Plc

2 – Rixonway Kitchens Ltd

3 – Joinery & Timber Creations

4 – Jewson Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 7 – Timber Window Frames 1 – Nordan UK Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 8 – Building Materials

1 – D McNair Builders Merchants

2 – Travis Perkins Managed Services

3 – Dumfries Timber Company Group

4 – Grafton Merchanting GB Ltd

5 – IBT (Innes Building & Timber Merchants Ltd)
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 9 – Roofing Materials

1 – SIG Trading Ltd T/A SIG Exteriors UK

2 – D McNair Builders Merchants Ltd

3 – Dumfries Timber Company Group

4 – Jewson Ltd

5 – Scotia Roofing Supplies Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.

 

Provision of a Carrier Chillers Maintenance Measured Term Contract (MTC) (2022 to 2026) framework agreement.

Reference

UOS-21202-2021

Expiry date

6 March 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with Toshiba Carrier UK Ltd trading as Carrier Air Conditioning to support the delivery of activities outlined below:

This contract will include, however, will not be limited to;

  • maintaining carrier chillers to the manufacturer’s specification
  • providing a 24-hour call out service
  • providing engineers that are suitable qualified, and have experience/familiarity with all carrier chillers
  • having full access rights to carrier software for monitoring purposes
  • having an awareness of software updates, and being in a position to update software versions during maintenance visits; and
  • providing data trace on CCN (Carrier Control Network) on the run load conditions

Purchase method

If you have a requirement for the maintenance/installation of carrier equipment, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to Toshiba Carrier UK Ltd T/A Carrier Air Conditioning, any requirement for the maintenance/installation of carrier equipment must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-21202-2021”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), and hourly rates for reactive services/works. PPM rates are fixed for the full duration of the contract. Hourly rates are fixed for the first 12-months, and thereafter at 12-monthly intervals as per the contract.

Provision of a CCTV Maintenance Measured Term Contract (MTC) (2020 to 24) framework agreement.

Reference

UOS-11773-2018

Expiry date

31 July 2024

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with SPIE Scotshield Ltd to support the delivery of activities outlined below:

This contract will include, however, will not be limited to;

  • Planned and Preventative Maintenance (PPM) of all CCTV equipment
  • installation/works for new CCTV equipment; and
  • reactive/emergency services

Purchase method

If you have a requirement for CCTV maintenance/installation, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to SPIE Scotshield Ltd, any requirement for CCTV maintenance must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-11773-2018”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call, emergency within four hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), additional Goods, and hourly rates for reactive services. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Provision of Drain Cleaning & Investigation Services (2023 to 2027) framework agreement.

Reference

UOS-26188-2023

Expiry date

23 April 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with C&M (Environmental) Ltd to support the delivery of activities outlined below:

This Contract was awarded to Lanes Group Plc, and 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 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

Purchase method

If you have a requirement for drain cleaning & investigation services, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Lanes Group Plc, any requirement for drain cleaning and investigation services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-26188-2023”.

Sustainability

Not applicable.

Pricing

The contract has costs for day rates/hourly rates for various drain cleaning and investigation equipment including labour. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Supply & Delivery of Electrical Materials (2020 to 2024) framework agreement.

Reference

0919

Expiry date

01 April 2024

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

The University of Strathclyde does not have an institutional contract for the general purchase of electrical materials, as such, any requirement below £25,000 should be purchased via the above Scotland Excel Framework.

This Framework is split into seven lots as outlined below:

  • Lot 1 - Cable & Cable Management
  • Lot 2 - Wiring Accessories & Circuit Protection
  • Lot 3 - Heating & Water Heating
  • Lot 4 - Ventilation
  • Lot 5 - Safety Detectors & Thermostats
  • Lot 6 - Lamps
  • Lot 7 - Light Fittings & Accessories

Purchase method

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots;

1) Direct Award

The University can conduct a direct award with the supplier it identifies as representing best value for its requirement. This decision will be based upon the scores achieved in relation to the award criteria of all Contractors appointed to the Framework, and who are capable of performing the call-off.

If conducting a direct-award, all orders issued to the supplier must use the reference “0919”.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £50,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £25,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales

Five working days.

Sustainability

Suppliers have offered a range of community benefits as part of this framework.

Pricing

The contract has a core list of products, with rates fixed for the first six months, and thereafter at six monthly intervals as per the framework.

Lots

Framework LotSuppliers Listed on Lot / Not-RankedSupplier Contact Details
Lot 1 - Cable & Cable Management The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Cleveland Cable Company Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 2 - Wiring Accessories & Circuit Protection The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 3 - Heating & Water Heating The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Stearn Electric Company Limited / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 4 - Ventilation The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Stearn Electric Company Limited / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 5 - Safety Detectors & Thermostats The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Stearn Electric Company Limited / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 6 - Lamps The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Stearn Electric Company Limited / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 7 - Light Fittings & Accessories The British Electrical & Manufacturing Company Limited / City Electrical Factors Limited / Edmundson Electrical Limited / Grafton Merchanting GB Limited / Holland House Electrical Company Limited / Rexel UK Limited / R. & M. Distribution Limited / SM Electrical Supplies Ltd. / Stearn Electric Company Limited / Yesss (A) Electrical Ltd Please contact Procurement and refer to the Buyer’s Guide for this Framework.

Supply, Delivery & Maintenance of Firefighting Equipment (2022 to 2026) framework agreement.

Reference

UOS-19130-2020

Expiry date

12 June 2024

Procurement contact

Kenneth Carlin Category Manager (Estates)

Scope

This contract was awarded to Firemark Ltd, and includes, however, is not limited to:

  • the supply, delivery and maintenance of portable firefighting equipment
  • ensure the University meets all statutory obligations in regards to this equipment
  • production of an annual report outlining a summary of the work undertaken across the University’s sites/assets

Purchase method

This Contract was awarded to Firemark Ltd, any requirement for the supply delivery and maintenance of firefighting equipment should be purchased via this supplier on FMS, either through free text or utilising the e-catalogue.

All orders issued to the supplier must use the reference “UOS-19130-2020”.

Sustainability

Not applicable.

Pricing

The contract has a core list of products, with rates fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Provision of Fixed Wire Testing & Associated Services (2023 to 2027) framework agreement.

Reference

UOS-28999-2023

Expiry date

10 August 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

This contract was awarded to Lantei Ltd, and includes, however, is not limited to:

  • provide fixed wire testing and inspection service at the John Anderson Campus, and satellite sites (Ross Priory, Stepps, and Corn Street)
  • there are circa 23,090 circuits that require testing/inspection, over a mix of 46 residential and academic buildings
  • additional items may be found due to the ever-changing nature of this requirement; these items will require testing/inspection as well as being added to the ‘Fixed Wire Testing Inspection Schedule’
  • required time periods for testing and inspection of items will differ depending on location and is detailed in the ‘Fixed Wire Testing inspection Schedule’, testing/inspection will occur either between 09:30-16:00 or 18:00-06:00
  • the frequency of testing is once every five years with the exception of the swimming pool which is annually
  • a pre-survey will need to be carried out with one of the University’s experienced operatives to ensure familiarity with areas/locations prior to work commencing
  • requirement to provide fixed wiring certifications, updated circuit charts, and a potential requirement to quote for any remedial service/works (we reserve the right to decline quotes that are not deemed value for money); and
  • requirement to complete a Verature “Control of Contractor H&S Questionnaire” at the beginning of the Contract, and annually including your up-to-date training matrix, insurances and waste transfer licences.

Please note, fixed wire testing at NMIS & PNDC is covered by Skanska Construction UK Ltd via the contract for the Provision of Facilities Management Services for NMIS & PNDC (2023 to 2033) (UOS-21891-2021).

Purchase method

If you have a requirement for fixed wire testing and associated services, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Lantei Ltd, any requirement for fixed wire testing & associated services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-28999-2023”.

Delivery timescales

Reactive response time –emergency within one hour / same day of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for various activities associated with fixed wire testing, during and outwith normal working hours. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Furniture (Supply, Delivery & Installation) (2019 to 2023) framework agreement.

Reference

FFE1011-AP

Expiry date

30 April 2024

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde does not have an institutional contract for the general purchase of furniture, as such, any requirement below £25,000 should be purchased via the above APUC Ltd framework, the scope of which is as follows:

  • the supply, delivery and installation of furniture products and storage solutions across all regions in Scotland
  • a One Stop Shop service that provides a robust route to market for the supply of furniture products and incorporates repair, refurbishment and remodelling services
  • sustainable information on products within the Core Product Lists including recycled content to aid selection
  • take back policy for redundant furniture products. Items will be collected and
  • redistributed for re-use, repurpose to charities and the social sector through a secure chain of audit or all items recycled and recovered to avoid disposal to landfill
  • access to a range of ergonomic furniture, including sit/stand desking, platforms and seating
  • a suite of Added value services; and
  • a suite of accessible and deliverable Community Benefits that support institutions and their wider community.

Purchase method

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots:

1) Direct Award

The University can conduct a direct award with the first ranked Contractor within a lot. If the first ranked Contractor cannot fulfil the call-off, then the University can approach the second ranked Contractor within the lot, and so forth, until they can secure a Contractor who can meet the requirements.

If conducting a direct-award, all orders issued to the supplier must use the reference “FFE1011-AP”.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £50,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £25,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales

Various

Sustainability

Suppliers offered a range of community benefits as part of this Framework, and various sustainable initiatives such as the recycling/repurposing of furniture etc.

Pricing

The contract has a core list of products, with rates fixed for the first 12-months, and thereafter at 12-monthly intervals as per the framework.

Lots

Framework LotRankingSupplier Contact Details
Lot 1 – Workplace, Teaching & Library Furniture

1 – Azzurro Ltd

2 – Claremont Office Furniture

3 – Alpha Marketing UK Ltd

4 – Langstane Press
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
Lot 2 – Residential Furniture

1 – Claremont Office Furniture

2 – City Building (Contracts) LLP

3 – JT Elis & Co Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.

Provision of Lift Maintenance Manager (2021 to 2025) framework agreement.

Reference

UOS-19509-2021

Expiry date

07 November 2024

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

This contract was awarded to TUV-SUD Ltd, and includes, however, is not limited to consultancy advice/services in relation to the following:

  • day-to-day operation of the equipment
  • management and compliance with health and safety
  • testing, inspecting and certification
  • insurance inspections
  • minor upgrading works
  • management/auditing of annual maintenance agreements; and
  • general administration

Purchase method

If you have a requirement for lift consultancy advice/services, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to TUV-Sud Ltd, any requirement for lift consultancy advice/services must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-19509-2021”.

Sustainability

Not applicable.

Pricing

The contract has costs for core duties and hourly rates for various job roles. All rates are fixed for the full duration of the contract.

Provision of Lift Maintenance Services (2023 to 2027) framework agreement.

Reference

UOS-26619-2023

Expiry date

31 July 2025

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

This contract was awarded to Scotec Lifts Ltd, and will include, however, will not be limited to:

  • planned and preventative maintenance (PPM) for all lifts at the John Anderson campus, in addition to any other sites out with this where required
  • reactive services to inspect, fault diagnose, execute repairs, and undertake remedial works of lifts of all makes and models, including the provision of spare parts; and
  • provision of service management reporting and auditable trail

The large majority of orders will be raised by Estates Services who will manage the Contract, however, some orders will be raised by Accommodation and Ross Priory, as all self-financing units are responsible for their own lift maintenance. Please note, lift maintenance at NMIS & PNDC is covered by Skanska Construction UK Ltd via the contract for the Provision of Facilities Management Services for NMIS & PNDC (2023-33) (UOS-21891-2021).

Purchase method

If you have a requirement for lift maintenance/installation, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This Contract was awarded to Scotec Lifts Ltd, any requirement for lift maintenance/installation must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-26619-2023”.

Delivery timescales

Reactive/emergency response time – within one hour for entrapment / two hours standard

Sustainability

This supplier offered a range of community benefits as part of this contract.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), reactive hourly rates, additional Goods / Services, and supplementary tests. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the Contract.

Provision of Portable Appliance Testing (PAT) & Associated Services (2023 to 2027) framework agreement.

Reference

UOS-26180-2023

Expiry date

9 July 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

This Contract was awarded to Comply2 Ltd, and includes, however, is not limited to: 

  • PAT will be required on circa 57,000 items, across approximately 50 departments. Additional items are likely to be found during testing, and these will need to be recorded on an asset list and tested
  • items that pass their test require a sticker placed in a visible location stating their ‘passed’ status along with the pass date, a serial number, and information on the individual testing the item
  • the frequency of testing alternates between a full test one year, and a visual test the next and continues in this manner
  • requirement to manage a spreadsheet showing the status of all equipment, and details of any defects of those that have failed. The spreadsheet will show the status of all items on the John Anderson Campus; and
  • potential requirement to quote for any remedial service/works.

Please note, Estates Services will manage the Contract in conjunction with Procurement, however, Departments are responsible for arranging PAT testing / raising orders with the appointed Contractor.

Purchase method

This contract was awarded to Comply2 Ltd, any requirement for portable appliance testing (PAT) should be purchased via this supplier on FMS, through free text.

Sustainability

Not applicable.

Pricing

The contract has costs for various activities associated with portable appliance testing (PAT), during and outwith normal working hours. All rates are fixed for the first 24-months, and thereafter at 12-monthly intervals as per the contract.

Plumbing Consumables & Commercial Heating Products (2020 to 2024) framework agreement.

Reference

EFM1047AP

Expiry date

31 August 2024

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

The University of Strathclyde does not have an institutional contract for the general purchase of plumbing consumables and commercial heating products, as such, any requirement below £25,000 should be purchased via the above APUC Ltd framework, the scope of which is as follows:

  • contractual coverage for the supply of quality products to all regions of Scotland
  • wide product list with controlled, fixed pricing
  • simple call off procedures through either ranked Contractors, Desktop Evaluation or mini-competition
  • boiler parts, brass fittings, cast iron (rainwater), copper fittings, heaters, internal and external plastic (tube and fittings), pumps, radiators, thermostats, and valves; and
  • GDPR not applicable to this Framework Agreement

Purchase method

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots:

Framework LotRankingSupplier Contact Details
1 – Plumbing Consumables

1 – UK Plumbing Supplies

2 – Wolseley UK Ltd

3 – William Wilson Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.
2 – Commercial Heating Products

1 – Wolseley UK Ltd

2 - BSS Group Ltd

3 – William Wilson Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.

 1) Direct Award

The University can conduct a direct award with the first ranked Contractor within a lot. If the first ranked Contractor cannot fulfil the call-off, then the University can approach the second ranked Contractor within the lot, and so forth, until they can secure a Contractor who can meet the requirements.

If conducting a direct-award, all orders issued to the supplier must use the reference “EFM1047-AP”.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £50,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini competition cannot be tendered across lots.

Please note, if your requirement is above £25,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales

Two working days

Sustainability

Suppliers offered a range of community benefits as part of this framework

Pricing

The contract has a core list of products, with rates fixed for the full duration of the framework.

Supply & Delivery of Personal Protective Equipment (PPE) including Pandemic Recovery Items & Workwear (2021 to 2025) framework agreement.

Reference

0621

Expiry date

31 May 2025

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

The University of Strathclyde does not have an institutional contract for the general purchase of PPE and workwear, as such, any requirement below £25,000 should be purchased via the above Scotland Excel Framework.

Procurement recommends that users call-off via Lot 9 – One Stop Shop, and that they purchase from Arco Ltd who are listed on this. If Arco Ltd, are unable to meet your requirement, then please contact Procurement for further guidance.

Purchase method

The University reserves the right to call-off from the framework through either of the below methods which are applicable to all lots:

1) Direct Award

The University can conduct a direct award with the supplier it identifies as representing best value for its requirement. This decision will be based upon the scores achieved in relation to the award criteria of all Contractors appointed to the Framework, and who are capable of performing the call-off.

If conducting a direct-award, all orders issued to the supplier must use the reference “0621”.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £50,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £25,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Sustainability

Suppliers have offered a range of community benefits as part of this framework.

Pricing

The contract has a core list of products, with rates fixed for the first 12-months, and thereafter at 12-monthly intervals as per the framework.

Supply & Delivery of Sanitary Products (2022 to 2024) framework agreement.

Reference

UOS-19005-2020

Expiry date

30 September 2026

Procurement contact

Amanda McFarlane, Senior Procurement Specialist (Estates)

Scope

This Contract was awarded to Hey Girls CIC, and includes, however, is not limited to:

  • the supply and delivery of sanitary products across all University sites/buildings where there is a requirement via the Scottish Government funded initiative, to make sanitary products free and accessible via Schools and Universities

Purchase method

This contract was awarded to Hey Girls CIC, any requirement for sanitary products should be purchased via this supplier on FMS, either through free text or utilising the e-catalogue.

All orders issued to the supplier must use the reference “UOS-19005-2020”.

Delivery timescales

Within five working days from date of order.

Sustainability

Not applicable.

Pricing

The contract has a core list of products, with rates fixed for the full duration of the contract.

Steeplejacks & Associated Services Framework (SASF) (2021 to 2025) framework agreement.

Reference

UOS-17741-2021

Expiry date

10 October 2024

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (the “University”) has established a framework agreement for steeplejacks and associated services; it includes, however, is not limited to, the following activities:

  • gutter cleaning
  • downpipe CCTV inspections and reports with subcontractors
  • roof repairs and small roof replacements
  • sandstone repairs at height and reporting
  • painting at height
  • emergency call out repairs & holding repairs
  • responding to storm damage incidents and making safe, external safety checks and 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; and
  • skylight repairs, removal and replacements

Purchase method

If you have a requirement for any of the services/works listed above, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

The University reserves the right to call-off from the Framework through either of the below methods which are applicable to all lots:

1) Direct Award

The University can conduct a direct award with the first ranked Contractor within a lot. If the first ranked Contractor cannot fulfil the call-off, then the University can approach the second ranked Contractor within the lot, and so forth, until they can secure a Contractor who can meet the requirements.

2) Mini-Competition

The University can conduct a mini-competition with all Contractors within a lot, it is envisaged that all call-offs above £100,000 will use this method, although the University reserves the right to conduct a direct award for any call-off over this value. Mini-competitions will be conducted electronically, through either Public Contracts Scotland (PCS) or Public Contracts Scotland-Tender (PCS-T), and in conjunction with the University’s Procurement Services team. A mini-competition cannot be tendered across lots.

Please note, if your requirement is above £100,000, you must submit a Request for Procurement Assistance (RPA) and liaise with the Procurement team to confirm the route to market.

Delivery timescales

Various

Sustainability

Suppliers have offered a range of community benefits as part of this framework.

Pricing

The contract has costs for Preliminaries, National Schedule of Rates, Non-National Schedule of Rates, Dayworks and Planned and Preventative Maintenance (PPM). All costs are fixed for the full duration of the contract.

Lots

Framework LotRankingSupplier Contact Details
Lot 1 – Fire Protection

1 – Zenith Property Conservation Ltd

2 – Northern Steeplejacks (Edinburgh) Ltd

3 – Pendrich Height Services Ltd
Please contact Procurement and refer to the Buyer’s Guide for this Framework.

Supply, Delivery, Commissioning & Maintenance of Side Stream Filtration Units (2022 to 2026) framework agreement.

Reference

UOS-22243-2021

Expiry date

27 March 2025

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

This Contract was awarded to Enwa Water Technology AS trading as Enwa Water Technology UK, and will include, however, will not be limited to the supply, delivery, commissioning and maintenance of side stream filtration units that can fulfil all parts of the following specification:

  • filtration to less than five microns
  • pH Control to maintain pH 9.5-10.5
  • inhibits corrosion maintaining less than 1.0mg/l
  • that removes air/microbubbles
  • that restricts bacterial growth
  • has BMS connection
  • requires no dosing pots or injection pumps negating the need to carry drums of chemicals through buildings
  • has no dosing pots to prevent the need to store chemicals on site
  • has a small footprint
  • uses back wash that can be connected to a drain or discharge into a gulley
  • has a glycol recuperator to recover glycol from cooling systems. The recuperator will automatically pump the glycol back into the cooling system; and
  • requires no consumables items such as filters

Purchase method

If you have a requirement for the maintenance/installation of side stream filtration units, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to Enwa Water Technology AS trading as Enwa Water Technology UK, any requirement for the maintenance/installation of side stream filtration units must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-22243-2021”.

Delivery timescales

Reactive response time – within 24 hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for the supply, delivery, commissioning of side stream units, Planned and Preventative Maintenance (PPM), and hourly rates for reactive services/works. All rates are fixed for the full duration of the contract.

Provision of a Star Chillers Maintenance Measured Term Contract (MTC) (2022 to 2026) framework agreement.

Reference

UOS-24806-2022

Expiry date

31 October 2024

Procurement contact

Kenneth Carlin, Category Manager (Estates)

Scope

The University of Strathclyde (“the University”) has established a measured term contract (MTC) with Star Refrigeration Ltd to support the delivery of activities outlined below:

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

  • maintaining Star chillers to the manufacturer's specification, this will include control panel thermographic scans by a specialist
  • providing a 24-hour call out service with maximum four-hour response. Only suitably qualified/experienced engineers to attend call outs who have been trained on Star and turbocor products, and have access to software
  • providing engineers that are suitably qualified/certified. They will have experience/familiarity with all Star chillers and turbocor compressors, no engineers to attend site without this pre-requisite
  • having full access rights to Star software for monitoring purposes, reloading PLCs in the event of a failure etc.; and
  • having an awareness of software updates, and being in a position to update software versions during maintenance visits

Purchase method

If you have a requirement for the maintenance/installation of Star equipment, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system.

This contract was awarded to Star Refrigeration Ltd, any requirement for the maintenance/installation of Star equipment must be purchased via this supplier on FMS, through free text.

All orders issued to the supplier must use the reference “UOS-24806-2022”.

Delivery timescales

Reactive/emergency response time – within four hours of receipt of call.

Sustainability

Not applicable.

Pricing

The contract has costs for Planned and Preventative Maintenance (PPM), and hourly rates for reactive services/works. PPM rates are fixed for the full duration of the contract. Hourly rates are fixed for the first 12-months, and thereafter at 12-monthly intervals as per the contract.