ProcurementProfessional Services, catering

Agreements in place for Professional Services, catering

Recruitment advertising and public information notices agreement.

Reference

SP-19-025

Expiry date

10 July 2024

Procurement contact

Scope

This framework agreement is for the supply of Recruitment Advertising and Public Information Notices and the contractor will be required to provide the services listed below:

  1. The creation and publication of recruitment adverts in newspapers, magazines and websites including but not limited to the following:
  2. Strategic planning (cognisant of creative implications)
    1. Market intelligence
    2. Trend forecasting
    3. Audience insight
    4. Response analysis
    5. Competitive analysis
    6. Campaign evaluation (role and contribution of media)
    7. Media evaluation
  3. The publication of Public Information Notices. Services to be provided and performed by the contractor may include, but are not limited to the following PIN advertisements:
    1. Temporary Traffic Regulation Order – Omnibus Order
    2. Permanent Traffic Regulation Orders
    3. Roads Scotland Act Orders
    4. Compulsory Purchase Orders
    5. Environmental Impact Assessment Notices
    6. Environment Assessment Screening Determination Notices
    7. Public Meeting Notices
    8. Ad-hoc notices relating to road works, road projects, aviation, maritime and rail 

Purchase method

This is a single source framework and therefore, users of this framework will be direct awarding to TMP Worldwide.

The user shall give a notice sent by email to TMP which states the service requirements and seeks a proposal for the requirements in accordance with the framework agreement. The framework title and reference should be quoted in this communication.

Subject to agreement, the user will award its service requirements by placing an order with TMP in accordance with the following: 

  • states the service requirements
  • states the specification
  • states the charges payable for the service requirements in accordance with the tender submitted by the successful framework contractor
  • incorporates reference to schedule 5, Standard Terms of Supply.

Pricing

Pricing can be accessed by either contacting TMP or through the framework pricing document which can be provided to you by Procurement.

TMP World Wide contact details

PeopleScout Ltd, (trading as TMP Worldwide)
14-18 Hill Street
Edinburgh
EH2 3JZ

Education Recruitment, Advertising and Resourcing Services (National) framework agreement.

Reference                

PFB4051 SU

Expiry date

7 March 2027

Procurement contact

Scope

Lot 1: The services cover all types of advertising services including recruitment of staff, advertisement creation and production, type setting and copy writing, media buying, art direction, brand management and where required full creative services for new advertising campaigns.

Lot 1 services incorporate:

  • Candidate generation
  • Website and microsites
  • Digital creative services
  • Social media services

Lot 2: The services cover student recruitment marketing to attract UK and overseas students and are focussed on media buying and advertisement placement.

Purchase method

Users can direct award to the first ranked supplier in either lot. First ranked suppliers are as below:

Lot 1 – Webrecruit

Lot 2 – RH Advertising

The user shall give a notice sent by email to the supplier which states the service requirements and seeks a proposal for the requirements in accordance with the framework agreement. The framework title and reference should be quoted in this communication.

Subject to agreement, the user will award its service requirements by placing an order with the supplier in accordance with the following: 

  • states the service requirements
  • states the specification
  • states the charges payable for the service requirements in accordance with the tender submitted by the successful framework contractor

Users can also run a mini-competition to open competition to further suppliers for larger requirements. If users wish to do this, they should contact the procurement team as mini-competitions are run by Procurement.

Further suppliers available via mini-comp are as below:

Lot 1:

  • Adgen Ltd.
  • Curio Faculty Pty Ltd
  • Havas People Ltd
  • Penna Plc
  • TMP Worldwide Ltd
  • Webrecruit

Lot 2: 

  • Adgen Ltd
  • Arke Agency Ltd
  • Education Cubed Ltd
  • Hunterlodge Gp. Ltd
  • Penna Plc
  • RH Advertising Ltd
  • SMRS Ltd

Pricing

Pricing can be accessed by either contacting the supplier directly or through the framework pricing document which can be provided to you by Procurement.

Supplier contact details

Education Recruitment, Advertising and Resourcing Services (National), "NERARS" suppliers.

Lot

1st Ranked Supplier

Supplier contact details

Lot 1

Webrecruit

Matt Goulette, Business Development Manager:

Sam Gedye, Senior Account Director:

Lot 2

RH Advertising

Mitch Floyd-Walker, Director:

Al Joynes, Senior Strategist:

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

Executive and senior specialist search and associated recruitment services framework agreement.

Reference

PFB4037 AP

Expiry date

29 June 2025

Procurement contact

Scope

  • Lot 1A - Executive Search roles more than £100,000 (Scotland)
  • Lot 1B - Executive Search roles £65,000 to £100,000 (Scotland)
  • Lot 1C - Senior Specialist Search roles £40,000 to £65,000 (Scotland)

Purchase method

This framework includes several suppliers. Users within the University of Strathclyde (UOS) can direct award to the First ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please Note: You must follow the ranked order 1,2,3,4 and so on. 

Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference and creating an account number (if there is not already one available within the department to use).

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework Reference together with the UOS contract ref.

Pricing

Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement.

Lot 1A - Executive Search roles more than £100,000 - (Scotland)

Executive and senior specialist search and associated recruitment services Lot 1A suppliers.

Suppliers

Supplier Contact Details

Aspen People Ltd (1st ranked supplier)

Melissa Scholes, Client Partner:

Donogh O'Brien, Account Manager:

Verdus

Nataliya Starik-Bludova, Director - Search & Selection:

Nikki Wilton, Account Manager:

Eden Scott

Iain Atkinson, Associate Director:

Sarah Gracie, Account Manager:

Witt / Kieffer Ccentric

Mary Comer, Senior Consultant:

Natalie Derry, Account Manager:

Harvey Nash

Graeme McNaull, Director:

Lot 1B - Executive Search roles £65,000 to £100,000 – (Scotland)

Executive and senior specialist search and associated recruitment services Lot 1B suppliers.

 Suppliers

Supplier contact details

Aspen People Ltd (1st Ranked Supplier)

Melissa Scholes, Client Partner:

Donogh O'Brien, Account Manager:

Harvey Nash

Graeme McNaull, Director:

Veredus

Nataliya Starik-Bludova, Director - Search & Selection:

Nikki Wilton, Account Manager:

Exemplia Group Ltd

Simon Pridgeon, Operations Director:

Alison Ryan, Account Manager

Hays Specialist Recruitment Ltd

Stuart Jack, Business Director:

Matt Lewis, Account Manager:

Lot 1C - Senior Specialist Search roles £40,000 to £65,000 (Scotland)

Executive and senior specialist search and associated recruitment services Lot 1C suppliers.

Suppliers

Supplier contact details

Exemplia Group Ltd (1st Ranked Supplier)

Simon Pridgeon, Operations Director:

Alison Ryan, Account Manager:

Aspen People Ltd

Melissa Scholes, Client Partner:

Donogh O'Brien, Account Manager:

Harvey Nash

Graeme McNaull, Director:

Veredus

Nataliya Starik-Bludova, Director - Search & Selection:

Nikki Wilton, Account Manager:

Hays Specialist Recruitment Ltd

Stuart Jack, Business Director:

Matt Lewis, Account Manager:

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

Temporary and interim staff services (interim professional staff services) framework agreement.

Reference

SP-22-001

Expiry date

12 April 2027

Procurement contact

Scope

These new framework agreements cover interim staff service requirements only.  These framework agreements are not for recruitment purposes. Accordingly, permanent, fixed term recruitment and secondments are not included within the scope of these frameworks. Consultancy is also out of scope.

Purchase method

This framework includes several suppliers. Users within UOS can direct award to the First ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please Note: You must follow the ranked order 1,2,3,4. 

Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference and creating an account number (if there is not already one available within the department to use).

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework Reference together with the UOS contract ref.

Pricing

Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement.

 Suppliers

Temporary and interim staff services (interim professional staff services) suppliers.
SupplierRankSupplier contact details
Venesky-Brown Recruitment Ltd 1

Bob Mitchell:

ASA Recruitment 2

Hilary Bisset:

Harvey Nash Limited 3

Graeme McNaull:

Lorien Resourcing Ltd 4

Chris Fergusson:

Temporary and permanent recruitment services framework agreement.
Reference PFB4037 SU 
Expiry Date 19 March 2024 
Procurement contact
Scope
  • Lot 1 Admin Roles: This lot is designed to cover office-based support staff as well clerical-style support roles such as library staff, data entry, invigilation staff, and summer admissions vacancies – including call handlers.
  • Lot 2 Ancillary Roles: This lot covers the full range of traditional ancillary and operational staff, as well including hospitality and event staff, waiting staff, front of house, retail staff, nursery workers, laboratory workers, and cloakroom staff.
  • Lot 5 Corporate and Professional Roles: This lot covers a wide range of more senior staff across HR, Finance, Procurement, Marketing and Communications, Legal, Project Managers, Head of Department roles and Senior and Executive roles. It also includes roles in the training/learning and development space; and roles within Estates such as Programme Managers, Estates Managers, Estates Professional Services roles; and bibliographic and content managers.
  • Lot 6 Data, Digital, and Technical: This lot covers the full range of IT, ITC, data, digital, cloud and technical roles. It covers the full scope from IT helpdesk staff, right through to senior IT managers.
  • Lot 7 One Stop Shop and Payroll Services: This lot covers two main areas:
    • One Stop Shop – where an institution requires a supplier to fulfil any of the above-listed roles. The institution may specify a number of roles for a given period; or may call off on an ad hoc basis. This One Stop Shop may include very specialist or niche roles where the Supplier will be expected to work with other subsidiary agencies as names by the institution
    • Payroll Services – this is where the Member Institution have a candidate ready and available for a role, but need a means of confirming background checks and pay rolling the employee.
  • Lot 8 Non-Medical Helpers: The lot covers the provision of sufficiently highly qualified Non-Medical Helpers to deliver a service to students with disabilities who are studying at Member Institutions. This lot may require the Supplier to attend site more regularly than other Suppliers and those bidding for this lot should be aware of this. Full details of what is expected to be provided in this lot is available in the specification.
Purchase method

This framework includes several suppliers. Users within UOS can direct award to the First ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please note: You must follow the ranked order 1,2,3,4 and so on.

Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference and creating an account number (if there is not already one available within the department to use).

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework Reference together with the UOS contract ref.

Pricing Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement.

Admin roles (lot 1)

Temporary and permanent recruitment services lot 1 suppliers.
Suppliers Supplier contact details
Brook Street (1st ranked supplier)

Rob McSherry, SUPC Contact:

Adecco

Jessica Hardie, Senior Account Director:

Blue Arrow

Rick Reyes, Public Sector Portfolio Executive:

John O’Brien, Business Development Manager:

Reed

Carly Sharp, Solutions Manager:

Tracey Dawes, Solutions Director:

Gi Group

Nicola Kujawa, UK Business Development Manager:

Pertemps

Anna McGinty, Director:

Peter Dixon, Head of Public Sector Business:

Ancillary roles (lot 2)

Temporary and permanent recruitment services lot 2 suppliers.
Suppliers Supplier contact details 
Manpower (1st ranked supplier)

Charmaine Tonge, National Sales Manager:

Adecco

Jessica Hardie, Senior Account Director:

Blue Arrow

Rick Reyes, Public Sector Portfolio Executive:

John O’Brien, Business Development Manager:

Reed

Carly Sharp, Solutions Manager

Tracey Dawes, Solutions Director

Gi Group

Nicola Kujawa, UK Business Development Manager:

Pertemps

Anna McGinty, Director:

Peter Dixon, Head of Public Sector Business:

Corporate and professional roles (lot 5)

Temporary and permanent recruitment services lot 5 suppliers.
SuppliersSupplier contact details 
Capita (1st ranked supplier)

Vikki Stanley, Account Director

Reed

Carly Sharp, Solutions Manager

Tracey Dawes, Solutions Director

Adecco

Tracey Sherring, Director

Pertemps

Anna McGinty, Director

Peter Dixon, Head of Public Sector Business

Robertson Bell

Matt Millar, Business Development Manager

Morgan Law

Gareth Elwin, Business Development Manager

Morgan Hunt

John O’Reilly, Director of Contracted Business

Luke O’Neil, Education Director

MLC Partnership

Lara Altamimi, Business Manager

Data, digital, and technical (lot 6) 

Temporary and permanent recruitment services lot 6 suppliers.
Suppliers Supplier contact details 
LA International (1st ranked supplier)

Devon Yeo, Account Manager

Tom Henshall, Business Development Manager

Capita

Alistair Singleton, head of Client Relationship

Mike Babb, Strategic Client Partner

Reed

Carly Sharp, Solutions Manager

Tracey Dawes, Solutions Director

Certes

Adam Hopcroft, Head of Public Sector

Intelligent Resource

Karen Alexander, Senior Account Manager

Adecco

Matthew Kiernan, Senior Consultant

Pertemps

Anna McGinty, Director

MLC Partnership

Sonal Chauhan, Business Development Manager

One stop shop and payroll services (lot 7) 

Temporary and permanent recruitment services lot 7 suppliers.
SuppliersSupplier contact details
Reed (1st ranked supplier)

Carly Sharp, Solutions Manager

Tracey Dawes, Solutions Director

Adecco

Jessica Hardie, Senior Account Director

Pertemps

Anna McGinty, Director

Peter Dixon, Head of Public Sector Business

Manpower

Charmaine Tonge, National Sales Manager

Morgan Hunt

John O’Reilly, Director of Contracted Business

Luke O’Neil, Education Director

Non-medical helpers (lot 8)

Temporary and permanent recruitment services lot 8 suppliers.
1st Ranked SupplierSupplier contact details 
HR GO

Christina Adams, Senior Client Liaison Manager

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

Temp administrative, catering, and manual staff services framework agreement.
Reference SP-22-003
Expiry date 12 April 2027
Procurement contact
Scope These new framework agreements cover interim staff service requirements only. These framework agreements are not for recruitment purposes. Accordingly, permanent, fixed-term recruitment and secondments are not included within the scope of these frameworks. Consultancy is also out of scope.
Purchase method

This framework includes several suppliers. Users within UOS can direct award to the First ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please Note: You must follow the ranked order 1,2,3,4.

Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework Reference  together with the UOS contract ref.

Pricing The framework pricing for direct award is based on a discount from each supplier against the associated equipment noted below.  Users should contact each supplier to ascertain the list price and confirm discount prior to purchase (could we consider a punch-out option or catalogue of list here).

Suppliers

Temp administrative, catering, and manual staff services – South region suppliers.
Suppliers RankSupplier Contact Details  
Venesky-Brown Recruitment Ltd 1

Claire Lorden:

Blue Arrow Ltd 2

Siobhan Reilly:

Brightwork Ltd 3

Emma Ferguson (Admin, Catering & Manual Roles):

ASA International Ltd, trading as ASA Recruitment 4

Hilary Bisset:

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

Temporary and interim staff services (interim IT staff services) framework agreement.

Reference

SP-22-002

Expiry date

12 April 2027

Procurement contact

Scope

These new framework agreements cover interim staff service requirements only.  These framework agreements are not for recruitment purposes. Accordingly, permanent, fixed term recruitment and secondments are not included within the scope of these frameworks. Consultancy is also out of scope.

Purchase method

This framework includes several suppliers. Users within the University of Strathclyde can direct award to the First ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please Note: You must follow the ranked order 1,2,3,4. 

Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference and creating an account number (if there is not already one available within the department to use).

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework Reference together with the University of Strathclyde contract ref.

Pricing

Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement.

Suppliers

Temporary and interim staff services (interim IT staff services) suppliers.

Suppliers

Ranked

Supplier contact details

 

Venesky-Brown Recruitment Ltd

1

Bob Mitchell

ASA Recruitment

2

Hilary Bisset

Lorien Resourcing Ltd

3

Chris Fergusson

Harvey Nash Limited

4

Graeme McNaull

Should users wish to be provided with all suppliers included within all lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries

APUC - Laundry Services framework agreement
Reference JAN1009 AP
Expiry date 17 May 2024
Procurement contract
Scope

This framework agreement covers the below:

  • contractual coverage for laundry services
  • laundry services
  • linen hire services
  • garment hire services
  • collect, wash and return of institution-owned items
  • includes additional services such as dry cleaning

Lot 1E - Hire services and collect, wash and return services (H+CWR):

  • South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire)

Lot 2E - Collect, wash and return (CWR):

  • South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire)
Purchase method

This framework includes several suppliers. Users within the University of Strathclyde can direct award to the first ranked contractor on this framework with the suppliers noted below. If for any reason the First ranked contractor is unable to service, the requirement you are permitted to reach out to the next ranked contractor. Please Note: You must follow the ranked order 1,2,3,4.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award must reference the Framework Reference JAN1009 AP.

Pricing Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement. 

Lot 1E - Hire services and collect, wash and return services (H+CWR)

Lot 1E supplier contact details
SupplierRankContact details
ACF Cleaning1

Andrew Forbes:

Aberdeen Laundry Services2

Surendra Khandelwal:

Lot 2E - Collect, wash and return services (CWR)

Lot 2E supplier contact details
SupplierRankContact details
Central Laundry (Barrhead) 1

Alaister Muir:

Aberdeen Laundry Services 2

Surendra Khandelwal:

ACF Cleaning 3

Andrew Forbes:

Provision of general office supplies

Reference

SP-22-021

Expiry date

30 June 2027

Procurement contact

Scope

This framework can be used to purchase all general office supplies.

Purchase method

Orders can be made via Punchout on the Financial Management System (FMS).

Minimum order value for Lyreco is £30.

Delivery timescales

Most deliveries will be made within two working days.

Pricing

All items/prices can be found in the punchout catalogue in FMS.

Provision of marketing services

Reference

SP-21-017

Expiry date

31 August 2026

Procurement contact

Scope

The framework agreement is for the supply of marketing services. Framework suppliers will be required to provide the services under each of the following six lots:

  • Lot 1 Creative Services above £50,000
  • Lot 2 Creative Services below £50,000
  • Lot 3 Digital Marketing Services
  • Lot 4 Public Relation Services
  • Lot 5 Market Research Services
  • Lot 6 Events and Video Production Services

Further scope into lots can be provided via the Buyer’s Guide document – please contact the procurement contacts.

Purchase method

For the lots 2 to 6, requirements under the value of £20,000 can be direct awarded to the top ranked supplier. Information on ranked suppliers available below.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference.

Should the first ranked supplier be unable to undertake the requirement, the second ranked supplier should be contacted. If the second ranked supplier is unable to undertake the requirement, the third ranked supplier should be contacted and so on.

For requirements over £20,000 – a mini-competition can be run within the lots. Please contact procurement for more information on this option.

Pricing

Pricing can be accessed by either contacting the framework suppliers or through the framework pricing document which can be provided to you by Procurement.

Lot 1 – Creative Services above £50,000

Lot 1 – Creative Services above £50,000 suppliers
SupplierRankContact details
The Leith Agency (trading name of Cello Signal Limited) 1

86/2 Commercial Quay
Edinburgh
EH6 6LX

Richard Marsham:

Walk in the Gate Limited 2

100 Ocean Drive
Leith Docks
Edinburgh
EH6 6JJ

Helen Hourston:

The Union Advertising Agency Ltd 3

Union House
18 Inverleith Terrace
Edinburgh
EH3 5NS

Louise Killough:

Stand Limited 4

First Floor, Queens House
29 St. Vincent Place
Glasgow
G1 2DT

Maggie Croft:

Story UK Ltd 5

1-4 Atholl Crescent
Edinburgh
EH3 8HA

Jim Kelly:

Dentsu Creative, a trading division of Dentsu UK Ltd 6

Norloch House
36 King’s Stables Road
Edinburgh
EH1 2EU

Rachael Ford:

Lot 2 – Creative Services Below £50,000

Lot 2 – Creative Services Below £50,000 suppliers
SupplierRankContact details
Union Direct Limited 1

Union House
18 Inverleith Terrace
Edinburgh
EH3 5NS

Gus Chalmers:

Bright Digital Marketing Limited 2

33 Lynedoch Street
Glasgow
G3 6AA

David Craik:

The Lane Agency Limited

496 Ferry Road
Edinburgh
EH5 2DL

Paul Borthwick:

John Doe Group

Commonwealth House 48/4
48/4 Albion Street
Glasgow
G1 1LH

Pam Scobbie:

Drummond Central Ltd

Hudson House
8 Albany Street
Edinburgh
EH1 3QB

Dan Appleby:

Lot 3 – Digital Marketing Services

Lot 3 – Digital Marketing Services suppliers
SupplierRankContact details
Walk in the Gate Ltd 1

100 Ocean Drive
Edinburgh
EH6 6JJ

Helen Hourston:

Dentsu Creative, a trading division of Dentsu UK Limited 2

10 Triton Street
Regents Place
London
NW1 3BF

Rachael Ford:

The Union Advertising Agency 3

Union House
18 Inverleith Terrace
Edinburgh
EH3 5NS

Louise Killough:

Bright Digital Marketing Ltd 4

The Hive, 1069 Argyle Street
Glasgow
G3 8LZ

David Craik:

The Leith Agency (trading name of Cello Signal Limited) 5

86/2 Commercial Quay
Edinburgh
EH6 6LX

Leigh Dobson:

Lot 4 – Public Relation Services

Lot 4 – Public Relation Services suppliers
SupplierRankContact details
Stein IAS Holdings Limited t/a Smarts Scotland 1

6.02 Onyx Studios
215 Bothwell Street
Glasgow
G2 7EZ

Lesley Alexander:

Stripe PR & Communications Limited 2

Level 3
86 Commercial Quay
Edinburgh
EH6 6LX

Morna McLelland:

John Doe Group 3

Commonwealth House 48/4
48/4 Albion Street
Glasgow
G1 1LH

Pam Scobbie

3x1 Limited (known as 3x1 Group) 4

11 Fitzroy Place
Glasgow
G3 7RW

Muckle Media 5

80 George Street
Edinburgh
EH2 3BU

Nathalie Agnew:

Lot 5 – Market Research Services

Lot 5 – Market Research Services suppliers
SupplierRankContact details
Jump Research Ltd 1

137 / 5 Constitution Street
Edinburgh
EH6 7AD

Louise Fraser:

Progressive Partnership Ltd 2

Q Court
3 Quality Street
Edinburgh
EH4 5BP

Sarah Ainsworth:

Scott Porter Research & Marketing Ltd 3

4 Ravelston House Grove
Edinburgh
EH4 3LT

Menekse Suphi:

Ipsos (Market Research) Ltd 4

4 Wemyss Place
Edinburgh
EH3 6DH

Emily Gray:

BMG Research Ltd 5

1a Greenfield Crescent
Edgbaston
Birmingham
B15 3BE

Sarah Kitchen:

Trinity McQueen Ltd 6

3rd Floor Victoria Wharf
4 The Embankment
Leeds
LS14BA

Simon Shaw:

Lot 6 – Events and Video Production Services

Lot 6 – Events and Video Production Services suppliers
SupplierRankContact details
Arteus Limited 1

Dalintober Hall
40 Dalintober Street
Glasgow
G5 8NW

David Jackson:

Metro Production Group Ltd 2

6 Camberwell New Road
London
SE5 0TA

Oscar Askin:

Freakworks Ltd 3

9 Waters' Close
The Shore
Edinburgh
EH6 6RB

Hamish Allison:

Speakeasy Productions Ltd 4

1A Shandon Crescent
Edinburgh
EH11 1QE

Jonathan Young:

Marble LDN Ltd 5

Studio 110 Great Western Studios
65 Alfred Road
London
W2 5EU

Robbie Parry: robbie@marbleldn.com

Courier Services

Reference

PMR2003NE

Expiry date

3rd December 2023

Procurement contact

Scope

Lot 1 - UK Domestic Courier Services

Coverage of all UK areas either through direct routes or sub-contracting of some routes to enable a secure delivery service for non-hazardous goods up to the weight of 30kg within the UK.

Lot 2 – International Courier Services

In addition to the general requirements the awarded bidders will be required to provide professional advice on:

• Import and Export Duty
• Import and Export Regulations on restricted or embargoed locations
• Restrictions on types of goods that may be imported/exported

Lot 3 – Transport of Dangerous and Hazardous Goods

Potential transport of Dangerous and Hazardous Goods including but not limited to:

  • Diagnostic Specimens/samples
  • Aortic Heart Valves
  • DNA Samples
  • Blood and Serum Samples
  • Medical Samples
  • Animal Tissue samples
  • Human Tissue samples
  • Antibody Samples
  • Infectious samples
  • Live Animal Shipments
  • Frozen/Dry Ice
  • Refrigerated/Gel Packs
  • Ambient/Dry Ice
  • Ambient/Liquid Nitrogen
  • Ambient/No Refrigerant
  • Ambient

Purchase Method

This framework includes a number of suppliers against each lot. Users will be direct awarding to the top-ranked supplier.

If the top-ranked supplier is unable to meet the requirement in terms of timescales, capacity, etc, users have the right to award to the second-ranked supplier, then the third and so on.

Users will be reaching out to the company contacts as provided below to discuss specific requirements, quoting the framework title/reference and creating an account number (if there is not already one available within the department to use).

Sustainability

Provision to manage sustainable impacts via the Net Positives supplier action tool.

Pricing

Pricing can be accessed by either contacting the courier suppliers or through the framework pricing document which can be provided to you by Procurement.

 

Lot
1st ranked supplier
Supplier contact details
Lot 1 - UK Domestic Courier Services Parcelforce

Mark Brudett (Account Director)
07843290617
mark.burdett@parcelforce.co.uk 

Lot 2 – International Courier Services Parcelforce

Mark Brudett (Account Director)
07843290617
mark.burdett@parcelforce.co.uk

Lot 3 – Transport of Dangerous and Hazardous Goods DHL

Amanda Bridge (Director Industry Sales)
07812762252
amanda.bridge@dhl.com

Martin Price (National Business Development Manager)
07773007878
martin.price@dhl.com

Additional information

The Procurement Department are aware of an ongoing relationship with DHL for all courier services.

If users wish to keep using DHL to keep business as usual during the last few months of this framework, then this is permitted. This will be reviewed upon award of the new framework on 3rd December 2023.

Contact details for DHL are below:

Amanda Bridge (Director Industry Sales)
07812762252
amanda.bridge@dhl.com

Martin Price (National Business Development Manager)
07773007878
martin.price@dhl.com

This will be looked at again in September 2023 when a new framework will be available.

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact procurement enquiries

Provision of taxis and private vehicle hire framework agreement.

Reference

GCC004961CPU

Expiry date

19 July 2024

Procurement contact

Scope

Lot 1: Standing Orders:

  • Standing Orders Provision of taxi and/or private vehicle hire service on a standing order basis (pre-scheduled) for the transportation of vulnerable adults and officers on business.
  • Runs available 7 days a week, 24 hours (52 weeks of the year) including public holidays.
  • Single journeys with multiple pickups available. The supplier must calculate the most cost-effective route and advise the University.
  • Ad Hoc Provision of a taxi and/or private hire service on an ad-hoc basis (non-scheduled service) mainly for officers/members of the University or University business, but in addition to this providing transportation for vulnerable adults

Lot 2: Ad hoc orders

  • Runs shall available 7 days a week, 24 hours (52 weeks of the year) including public holidays.
  • Single journeys with multiple pickups available. The supplier must calculate the most cost-effective route and advise the University. 

Two-time bands:

  • Time Bands Suppliers must offer 7 days a week, 24 hours a day service which is the standard for this service provision.
  • Time Band 1: 7-day week – 24 hours excluding public holidays.
  • Time Band 2: Public Holidays refers to the 25 & 26 December and 1 & 2 January only.
  • Payment to the driver from arriving at first pickup point postcode at the time stated and shall end at the final drop off point postcode.
  • The University shall not pay for any cost out with the above.
  • Waiting time first 10 minutes of waiting time if chargeable shall be incorporated within the standard flat rate quoted below. 

Waiting time:

  • Waiting time after 10 minutes have lapsed from the time when the vehicle was requested and where the driver has been asked to wait by a university representative.
  • Such waiting time out with the allocated ten minutes per run will be dealt with by exception and must be approved prior to being charged.
  • The driver or network controller shall be required to contact the university representative at the time when the allocated time is exceeded for this to be approved.
  • The University shall pay for each minute, the driver has been expected to wait after the 10 minutes period has lapsed. 

Passenger no show:

  • Passenger No Shows Passenger “No Show” is defined as a vehicle which has not been occupied or communicated within 5 minutes of the booking time passing. For example, a car or taxi is booked for 3pm. If no occupant has taken their place in the vehicle or communicated to the driver that they are en-route by 3.05 then this can be classified as a no show and charged accordingly in line with the approved no show rate.
  • If the passenger does arrive late, then the “passenger no show” in not chargeable.
  • Suppliers shall be required to advise the ordering department if the passenger has not showed for the taxi or private hire vehicle on more than two consecutive days. This shall allow an internal check to ascertain the reasons for the no show.
  • Cancellation charge If the University, gives the Supplier less than 5 minutes notice to cancel the booking, the supplier can charge a cancellation charge.
  • The same shall apply if the driver cancels the booking of which the University shall charge the supplier.

Cancellation charge:

If the University, gives the Supplier less than 5 minutes notice to cancel the booking, the Supplier can charge a cancellation charge. The same shall apply if the driver cancels the booking of which the University can charge the Supplier.

Purchase method

Process for supplier selection: Business is to be allocated in accordance with framework ranking as detailed below and available capacity of the supplier. The following details how work shall be allocated to successful suppliers on an operational basis throughout the duration of the agreement.

Lot 1 Standing Orders works: Work shall be allocated to suppliers in accordance with the framework ranking and available capacity of the supplier to deliver required journey. For each requirement the University shall determine the available capacity of the supplier in each instance.

For example: If the rank 1 supplier has suitable capacity to deliver the run, then this shall be appointed to them directly for the period stated at the time of booking which may be one run or for a specific term or period of time. Should the ranking 1 supplier not have suitable capacity then the run shall be awarded to the rank 2 supplier for the period stated at the time of booking, and so on.

Lot 2 Ad hoc work: Work shall be allocated to suppliers in accordance with the framework ranking and available capacity of the supplier to deliver the run for the period stated at the time of booking which may be one run or for a specific term or period of time question. The university shall determine the available capacity of the supplier in each instance. For example: If the rank 1 supplier has suitable capacity to deliver the run then this shall be appointed to them directly. Should the ranking 1 supplier not have suitable capacity (as determined by the university) then the run shall be awarded to the rank 2 supplier, and so on.

Please direct any questions in relation to this to procurement.

Sustainability

Suppliers have confirmed that they will adhere to Low Emission Zone (LEZ) which will be fully implemented on 31 December 2022, all vehicles entering the zone will have to meet specified exhaust emission standards. Suppliers shall ensure that electric or minimum fuel is used when carrying out the services related to this framework and that vehicles are switched off, when not in

Pricing

Pricing can be accessed by either contacting the Taxi suppliers or through the framework pricing document which can be provided to you by Procurement.

Suppliers

Lot 1 Standing Orders

Lot 1 Standing Orders suppliers and their rank.
SupplierRank
Central Cab Co (Cumbernauld) Ltd 1
Spring Radio Cars Ltd (Network Private Hire) 2
Glasgow Taxis Ltd 3
GlasGo - Glasgow Private Hire Ltd 4

Lot 2 Ad hoc

Lot 2 Ad hoc suppliers and their rank.
SupplierRank
Spring Radio Cars (Network Private Hire) 1
Glasgow Taxis Ltd 2
GlasGo - Glasgow Private Hire Ltd 3

Please note

Glasgow Private Hire, now trading as GlasGo – Glasgow Private Vehicle Hire.

Spring Radio Cars Ltd (Network Private Hire) vehicles will be branded as GlasGo. The call centre will answer all calls as GlasGo as at 1st Dec 2021 but still trading as Spring Radio Cars Ltd (Network Private Hire).

Supplier contact details

Supplier contact details

Supplier

Contact number

Contact for queries

email address

Central Cab Co

01236 722772

Catherine Jeffery

cathcentralcabco@btinternet.com

GlasGo Glasgow Private Hire

0141 766 0111

Stuart Brennan

accounts@glasgocabs.co.uk

Glasgow Taxis Ltd

0141 554 2222

Dougie McPherson

dougiemcp@glasgowtaxis.co.uk

Spring Radio Cards Ltd (Network Private Hire)

0141 548 1110

John Cassidy

jhnplcassidy@yahoo.co.uk