ProcurementEstates Services
Agreements in place for Estates Services.
| Agreement title | Provision of Confidential Waste Disposal & Associated Services (2024 to 2028) |
|---|---|
| Reference | UOS-29566-2024 |
| Expiry date | 08/09/2026 |
| Procurement contact | |
| Scope |
This Contract was awarded to Shredall (East Midlands) Ltd, and includes, however is not limited to; - Provision of confidential waste disposal service in order to comply with the 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 / personal information is destroyed appropriately at all 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 FMS, through free text. All orders issued to the supplier must use the reference “UOS-29566-2024”. |
| 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. |
| Agreement title | Provision of Pest Control & Associated Services (Campus) (2022 to 2026) |
|---|---|
| Reference | UOS-23373-2022 |
| Expiry date | 22 January 2026 |
| Procurement contact |
|
| Scope |
This contract was awarded to G.P. Environmental Ltd, and includes:
|
| 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. |
| 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:
|
| 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. |
| Agreement title | Provision of a Suspended Access Equipment Maintenance Measured Term Contract (MTC) (2022 to 2026) |
|---|---|
| Reference | UOS-20243-2021 |
| Expiry date | 9 August 2026 |
| 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:
|
| 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. |
| Agreement Title: | Provision of WEEE Waste Disposal & Associated Services (2024 to 2028) |
|---|---|
| Reference: | UOS-29567-2024 |
| Expiry Date: | 06/08/2026 |
| Procurement Contact: |
|
| Scope: |
This contract was awarded to CCL North Ltd and includes, however, is not limited to:
|
| 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-29567-2024”. |
| Delivery timescales |
Reactive response time – within 48 hours of receipt of call. |
| Sustainability |
Not applicable. |
| Pricing |
The Contract has costs for WEEEE waste to be disposed of in a secure environment. All rates are fixed for the full duration of the Contract. |
| Agreement title | Provision of Window Cleaning, Reactive Cleaning & Associated Services (2022 to 2026) |
|---|---|
| Reference | UOS-23357-2022 |
| Expiry date | 1 November 2025 |
| Procurement contact |
|
| Scope |
This contract was awarded to Caledonian Maintenance Services Ltd, and includes, however is not limited to:
|
| 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 4 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. |
|
Reference |
UOS-26124-2023 |
|---|---|
|
Expiry date |
26 June 2026 |
|
Procurement contact |
|
|
Scope |
This contract was awarded to Instock Ltd, and includes, however, is not limited to:
|
|
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. |
|
Reference |
UOS-24805-2022 |
|---|---|
|
Expiry date |
24 April 2026 |
|
Procurement contact |
|
|
Scope |
This contract was awarded to Veolia ES (UK) Limited, and includes
|
|
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. |
|
Agreement Title: |
Provision of Clinical Waste Disposal & Associated Services (2023-27) |
|---|---|
|
Reference |
UOS-26447-2023 |
|
Expiry date |
10 April 2026 |
|
Procurement contact |
|
|
Scope |
This Contract was awarded to SRCL Ltd, and includes;
|
|
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. |
|
Agreement title |
Provision of Commercial Waste Disposal & Associated Services (2023-27) |
|---|---|
|
Reference |
UOS-24817-2022 |
|
Expiry date |
19 January 2026 |
|
Procurement contact |
|
|
Scope |
This contract was awarded to ENVA Scotland Ltd, and includes:
|
|
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. |
| 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:
|
| 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. |
|
Reference |
UOS-26618-2023 |
|---|---|
|
Expiry date |
27 July 2026 |
|
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:
|
|
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. |
|
Agreement title |
Provision of an Airedale Air Conditioning Maintenance Measured Term Contract (MTC) (2023-27) |
|---|---|
|
Reference |
UOS-24813-2022 |
|
Expiry date |
17 February 2026 |
|
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;
|
|
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. |
|
Reference |
EFM1057 |
|---|---|
|
Expiry date |
21/04/26 |
|
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. Framework Agreement was split into five regional lots. LOT 4 is to be used for Greater Glasgow. Lot 4 Greater Glasgow, Ayrshire and Southwest of Scotland. |
|
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 “EFM1057”.
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 |
5 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 12-months, and thereafter at 12-monthly intervals as per the Framework. |
Lots
| Framework Lot | Ranking | Supplier Contact Details |
|---|---|---|
| Lot 4 – Greater Glasgow, Ayrshire and Southwest of Scotland |
1 – St. Andrews Timber & Building Supplies Ltd 2 – MGM Timber (Scotland) Ltd 3 – National Timber Group Ltd 4 – MKM Building Supplies Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Reference |
UOS-21202-2021 |
|---|---|
|
Expiry date |
6 March 2026 |
|
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;
|
|
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. |
|
Reference |
UOS-29571-2024 |
|---|---|
|
Expiry date |
01/12/2026 |
|
Procurement contact |
Amanda McFarlane, Senior Procurement Specialist |
|
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;
|
|
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. |
|
Reference |
UOS-36560-2025 |
|---|---|
|
Expiry date |
12/11/27 |
|
Procurement contact |
Magnus Tuck |
|
Scope |
Please note, the University has recently awarded a contract to DAMM Environmental Ltd for the Provision of Drain Cleaning, Repairs & Investigation Services (2025-29) (UOS-36560-2025). The Contract 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 materials & labour to carry out drainage repair works 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 flour water and solid waste. Please note, any drainage requirements at NMIS & PNDC is covered by Skanska Construction Ltd via the contract for the Provision of Facilities Management Services for NMIS & PNDC (2023-33) (UOS-21891). |
|
Purchase method |
If you have a requirement for drain cleaning and/or repair 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 DAMM Environmental Ltd, any requirement for drain cleaning and/or repair services must be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-36560-2025” |
|
Delivery timescales: |
Reactive response time – 1-hour response time for critical incidents, 4-hour maximum attendance. |
|
Sustainability |
Not applicable. |
|
Pricing |
The contract has costs for a range of drain cleaning & repair services. Rates are fixed for the first 24-months of the contract. |
|
Reference |
UOS-19130-2020 |
|---|---|
|
Expiry date |
12 June 2026 |
|
Procurement contact |
Magnus Tuck, Procurement Co-Ordinator |
|
Scope |
This contract was awarded to Firemark Ltd, and includes, however, is not limited to:
|
|
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. |
|
Reference |
UOS-28999-2023 |
|---|---|
|
Expiry date |
10 August 2026 |
|
Procurement contact |
Magnus Tuck, Procurement Co-ordinator |
|
Scope |
This contract was awarded to Lantei Ltd, and includes, however, is not limited to:
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. |
|
Reference |
FFE1017 AP |
|---|---|
|
Expiry date |
30 September 2026 |
|
Procurement contact |
The Procurement Team - procurement.enquiries@strath.ac.uk Magnus Tuck, Procurement Coordinator - magnus.tuck@strath.ac.uk |
|
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:
|
|
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 “FFE1017 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 Lot | Ranking | Supplier Contact Details |
|---|---|---|
| Lot 1 – Workplace and Learning Environment Furniture |
1 – Claremont Office Furniture 2 – Azzurro Ltd 3 – Alpha Marketing UK Ltd 4 – Saxen Ltd 5 - Langstane Press 6 - Wagstaff Interiors Group |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
| Lot 2A – Beds and Mattresses |
1. Claremont Office Furniture 2. Bishops Beds Ltd 3. Project ff&e Limited T/ A Project Furniture Ltd 4. Wagstaff Interiors Group 5. David Phillips Furniture Ltd 6. J T Ellis & Co Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
| Lot 2B – Residential Furniture |
1. Claremont Office Furniture 2. Wagstaff Interiors Group 3. Project ff&e Limited T/ A Project Furniture Ltd 4. Bishops Beds Ltd 5. J T Ellis & Co Ltd 6. David Phillips Furniture Ltd 7. City Building (Contracts) LLP 8. Spaces Taylored Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
| Lot 3 – Circular Economy Solutions |
1. Claremont Office Furniture 2. Space Solutions (Scotland) Ltd trading as Recycle Scotland 3. Saxen Ltd 4. Wagstaff Interiors Group 5. Project ff&e Limited T/ A Project Furniture Ltd 6. Alpha Marketing UK Ltd 7. Dovetail Enterprises Ltd 8. Spaces Taylored Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Reference |
UOS-26619-2023 |
|---|---|
|
Expiry date |
31 July 2026 |
|
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:
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. |
|
Reference |
UOS-26180-2023 |
|---|---|
|
Expiry date |
9 July 2026 |
|
Procurement contact |
Magnus Tuck - Procurement Co-ordinator |
|
Scope |
This Contract was awarded to Comply2 Ltd, and includes, however, is not limited to:
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. |
|
Reference |
0621 |
|---|---|
|
Expiry date |
22/05/2026 |
|
Procurement contact |
Magnus Tuck - Procurement Co-ordinator |
|
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. |
|
Reference |
UOS-29568-2024 |
|---|---|
|
Expiry date |
28/01/2027 |
|
Procurement contact |
Amanda McFarlane, Senior Procurement Specialist (Estates) |
|
Scope |
This Contract was awarded to Hey Girls CIC, and includes, however, is not limited to:
|
|
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. |
|
Reference |
UOS-22243-2021 |
|---|---|
|
Expiry date |
27 March 2026 |
|
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:
|
|
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. |
|
Reference |
UOS-24806-2022 |
|---|---|
|
Expiry date |
31 October 2026 |
|
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:
|
|
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. |
Agreements in place for Estates Services
|
Reference |
FFE2009 NE |
|---|---|
|
Expiry date |
30th April 2029 |
|
Procurement contact |
Magnus Tuck -Procurement Co-Ordinator (Estates) magnus.tuck@strath.ac.uk |
|
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 NEUPC framework, the scope is not limited to but may include: · pre-removal requests. The request may be for: o assistance to determine/confirm the final requirements before raising a Purchase Order o assistance with packaging/site protection o furniture dismantling and/or assembling · the complete removal of all effects from and to, one or more locations · the part relocation of effects · the repositioning of effects within one or more rooms and buildings · to collect goods from an Institution Store, deliver to one or more locations · advice on the packing of effects · the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves · the supply of packing crates, containers or cartons · the collection and retrieval of effects · the secure storage of effects · removal and safe disposal of protective materials from the site · Move management services |
|
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 “FFE2009 NE”. 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. For any requirements that are below £25k (excluding VAT), then you should approach the 1st ranked suppliers listed as per the relevant lot for your call-off. When raising an order on FMS, please include the above framework reference / lot number, and ensure you have been quoted the correct framework rates from the supplier. 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 |
N/A |
|
Pricing |
Prices/rates are capped by the Framework Agreement and will be the maximum that can be charged on a call-off contract. Capped pricing/rates may be reduced at the time of call off. |
Lots
| Framework Lot | The Framework covers the whole of the UK and is ranked. The 1st ranked suppliers can be seen below: | Supplier Contact Details |
|---|---|---|
| Lot 1 – General (Low Value Items / Lower Risk) Commercial Removals & Relocations |
1. Clockwork Removals Ltd (UK) & Delivery Services & Storage Ltd (NI only). 2. Johnsons 1871 LTD 3. Right Green Recycle Ltd 4. Crown Workspace Ltd 5. Kwikshift European Transportation and Logistics Ltd 6. John Bradshaw & Son Ltd 7. Business Moves Limited 8. Pickfords Move Management Ltd |
Please contact Procurement and refer to the Buyers guide for this Framework. |
| Lot 2 – Specialist (High Value Items / Higher Risk) Commercial Removals & Relocations |
1. Johnsons 1871 Ltd 2. Crown Workspalce Ltd 3. Clockwork Removals Ltd 4. Right Green Recycle Ltd 5. Business Moves Ltd 6. AGM Bishops Ltd 7. Harrow Green Ltd 8. Pickfords Move Management Ltd 9. Kwikshift European Transportation and Logistics Ltd |
Please contact Procurement and refer to the Buyers guide for this Framework. |
| Lot 3 – Crate Hire / Purchase and Packaging Products |
1. Specialised Movers Ltd 2. Clockwork Removals Ltd 3. Crown Workspace Ltd 4. John Bradshaw & Son Ltd 5. Johnsons 1871 Ltd 6. Business Moves Limited 7. AGM Bishops Ltd |
Please contact Procurement and refer to the Buyers guide for this Framework. |
| Lot 4 – Domestic Style Removals & Relocations (Employee Relocation / Porter assistance for students moving into accommodation) |
1. AGM Bishops Ltd 2. Right Green Recycle Ltd 3. John Bradshaw & Son Ltd 4. Johnsons 1871 Ltd 5. Crown Workspace Ltd 6. Harrow Green Ltd 7. Specialised Movers Ltd 8. Pickfords Move Management Limited 9. Clockwork removals Ltd 10. Kwikshift European Transportation and Logistics Ltd |
Please contact Procurement and refer to the Buyers guide for this Framework. |
| Lot 5 - International Moves (Not including international employee relocation) |
1. Clockwork Removals Ltd 2. Johnsons 1871 Ltd 3. Crown Workspace Ltd 4. Pickfords Move Management Ltd 5. Kwikshift European Transportation and Logistics Ltd 6. AGM Bishops Ltd |
Please contact Procurement and refer to the Buyers guide for this Framework. |
| Agreement title | Provision of Tank Cleaning & Associated Services (2025-29) |
|---|---|
| Reference | UOS-36561-2025 |
| Expiry date | 13 July 2027 |
| Procurement contact | |
| Scope |
The University of Strathclyde (“the University”) has established a contract with ECG Facilities Services to support the delivery of activities outlined below: This contract will include, however, will not be limited to; - Provision of water treatment works through tank cleaning: - Provide reactive / ad-hoc tank cleaning based on sample analysis results: - Provide cleaning & disinfection services of water storage & tank systems throughout the University campus: - Provide all necessary tank cleaning equipment to carry out the required services: - Refill tanks with fresh water & ensure no residual chlorine remains in tanks; and - Provide certificates of work done, including chlorine levels, location and tank asset number. This contract will be awarded on a sole supply basis, and its remit is largely related to services. Please note, any tank cleaning requirements 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). In regard to other sites located out with the John Anderson Campus, there is no current requirement for these services, however, they will be able to utilise this contract also. |
| Purchase method |
If you have a requirement for the tank cleaning, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system. This Contract was awarded to ECG Facilities Services, any requirement for Tank 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-36561-2025”. |
| 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. |
| Agreement title | Provision of a Fixed Fire Fighting Equipment Maintenance Measured Term Contract (MTC) (2023-2027) |
|---|---|
| UOS-25957-2023 | |
| Expiry date | 13/09/26 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a measured term contract (MTC) to support the delivery of activities outlined below: This Contract will include, however, will not be limited to; - Planned & preventative maintenance (PPM) of dry risers, and sprinklers across the John Anderson Campus, according to a schedule set out by the Specification; - Reactive / emergency maintenance services of dry risers, and sprinklers across the John Anderson Campus; - Ad hoc services / works, projects that will be quoted for on the basis of the rates submitted as part of the Pricing Document; - All requirements must be delivered and / or conducted by competent engineers, and in conjunction with BS 5306; and - Reporting requirements, the Contractor will be required to submit reports following each completed item of works, such as inspection tests or remedial works. The Contract will be awarded on a sole supply basis, and its remit largely relates to Services, albeit there may be elements of Goods and Works purchased within it. Please note, this requirement 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). Estates Services have advised that other University locations outwith the John Anderson Campus, such as Stepps and Ross Priory, are covered by portable firefighting equipment only.
All orders will be raised by Estates Services who will manage the Contract, it is not envisaged that departments will raise any orders for these services, as any |
| Purchase method |
If you have a requirement for Fire Fighting 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 Team Services Fire Systems Ltd and all requirements should be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-25957-2023”. |
| Delivery timescales |
Emergency Response – Within 4 hours Urgent Response – Within 24 hours |
| Sustainability |
N/A. |
| Pricing |
The contract has costs for Planned and Preventative Maintenance (PPM), additional goods, and hourly rates for reactive services. PPM rates are fixed for the full duration of the contract with the others being fixed for the first 12 months and thereafter at 12-monthly intervals as per the contract. |
Agreements in place for Estates Services.
| Agreement title |
Project for Installation & Maintenance of EV Charging Infrastructure at NMIS / AFRC (2024-34) |
|---|---|
| Reference | UOS-30238-2023 |
| Expiry date |
03/01/2035 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below. The Contract will include, however, will not be limited to: The supply, installation and maintenance of the charge points throughout the NMIS & AFRC campuses. Minimal civil work is required as the site has pre-installed cable-ducting to each charge point location (with spare physical capacity). Electrical cabling needs upgraded to allow for 22kW per socket and data cables to facilitate dynamic load balancing via the chosen CPMS may be required back to the main distribution board (400A per phase). Chargers should be provided with a maintenance contract for the operational life of the charge points, in addition to the standard framework 3-year warranty and maintenance cover. It is expected that this is at least 10 years and suppliers will be asked to identify the length of expected operational life of chargers within the competitive exercise. If whilst working on a site the Supplier judges any equipment to be dangerous, they shall notify NMIS and immobilise or fence off the equipment and notify NMIS at the earliest possible opportunity. The Supplier shall be required to provide appropriate fencing unless instructed otherwise by the NMIS. The Contract will be awarded on a sole supply basis, and its remit largely relates to Works / Services. |
| Purchase method |
This Contract was awarded to Jorro Ltd, any requirement for EV Chargers at NMIS & AFRC must be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-30238-2023”. |
| Delivery timescales |
N/A |
| Sustainability |
Not applicable. |
| Pricing |
The contract has costs for Supply, Installation & Maintenance. Supply & Installation costs will be fixed for the full duration of the contract, with maintenance cost being fixed for the first 36 months, thereafter every 24-months the contractor may submit a price increase. |
| Agreement title | Supply, Delivery, Installation and Maintenance of Water Coolers & Associated Consumables (2023-27) |
|---|---|
| Reference | UOS-23098-2022 |
| Expiry date | 14-09-26 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below: This Contract will include, but will not be limited to; - The supply, delivery, installation, sanitation and maintenance of c. 277 water coolers & associated consumables to the John Anderson Campus, and any other sites associated with the University where required, including NMIS, AFRC, & PNDC; - All units will be on the basis of a monthly lease charge, which includes all costs associated with maintenance / sanitization. An annual PO will be raised, which the Contractor will invoice against monthly; - A new formalised process whereby requests for new machines, and any issues encountered (including repairs), will be captured through the EMS (Estates Maintenance Services) system, and actioned in a streamlined process, with a dedicated point of contact with the Contractor; - Service requirement expectations set, and monitored to ensure consistent service to the University via a Key Performance Indicator (KPI) process; - Demobilisation process to be followed to at the conclusion of the contract; Please note, the University has approx. 277 watercoolers (this number is likely to increase when additional units are located during the demobilisation of the incumbents’ machines), these are predominantly freestanding plumbed-in units that require like-for-like substitutes. The Contract will be awarded on a sole supply basis, and its remit largely relates to Services. |
| Purchase method |
If you have a requirement for water coolers & 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 AquAid Franchising Ltd, any requirement for water coolers & associated services must be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-23098-2022”. |
| Delivery timescales | Reactive response time – within 24 hours of receipt of call. |
| Sustainability | Not applicable. |
| Pricing | The contract has costs lease of Water Coolers, including supply, delivery, installation, maintenance & sterilisation. Rates are fixed for the first 24 months, and thereafter at 12-monthly intervals as per the contract. |
| Agreement title |
Provision of a Car Share Scheme & Associated Services (2022-26) |
|---|---|
| Reference | UOS-24607-2022 |
| Expiry date | 24/11/25 |
| Procurement contact |
|
| Scope |
The University is seeking to appoint a sole provider for the Provision of a Car Share Scheme & Associated Services (2022-25) (UOS-24607-2022). The University currently offer staff and PhD students the access of 2 electric vehicles, which can be used to move between the University Campus. Additionally, this service is often used to transport patients who are currently receiving treatment/services from the university. The implementation of these 2 vehicles is intended to reduce the need for staff to use their own vehicles and instead opt for public transport. Safe in the knowledge that in the case where they had to visit another part of the campus, vehicles would be available for them. Within this offering the university will benefit form a servicing package, this will include maintenance cover, monthly cleaning of both vehicles, and online booking service. The University will be utilising their own Vehicle insurance throughout this contract, this has been confirmed with Insurance Services. This will allow for the continued access to car share services for certain students. More specific vehicle details can be found below.
This contract has been awarded to a sole supplier. |
| Purchase method |
If you require further details on the Car Share Scheme, please contact Sustainable Strathclyde, more details can also be found on the University’s website. This Contract was awarded to Co wheels Car Club CIC, any requirement for Car Share Services must be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-24607-2022”. |
| Delivery timescales | N/A |
| Sustainability | N/A |
| Pricing | The contract has monthly costs for car hire. All rates are fixed for the first 12 months and thereafter at 12-monthly intervals as per the contract. |
| Agreement title |
Supply & Delivery of Plumbing / Heating Materials & Associated Products (25-29) |
|---|---|
| Reference | UOS-31768-2024 |
| Expiry date | 29/06/29 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below. The Contract will include, however, will not be limited to; - The supply & delivery of plumbing / heating materials & associated products: - All deliveries must be delivered to the University’s appointed location, and the Contractor must contact the University’s nominated representative on the working day before any delivery is due: - All deliveries must have a delivery note, and part orders are only acceptable where the delivery note clearly outlines what has been delivered: - The Contractor must respond within 48 hours for a request for quote (RFQ) from the University for any ad hoc items not accounted for in the Pricing Document. These items must be delivered within 4 days of the PO being issued; and - Catalogue for ordering products uploaded onto FMS, allowing users to purchase from a core product list with fixed pricing windows. - If there is an emergency/urgent necessity and items are in stock, pick-up from the local depot can be arranged as per the previous arrangement. The Contract will be awarded on a sole supply basis, and its remit largely relates to Goods. Please note, it does not include for the installation and / or maintenance of plumbing & heating materials, which is carried out by staff within the Estates Services team at the University. Please note, the supply / delivery / installation / maintenance of heating and plumbing materials 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). All orders will be raised by Estates Services who will manage the Contract, it is not envisaged that departments will raise any orders for these products, as any requirement for plumbing & heating materials should be done via the EMS (Estates Maintenance Services) system at the University. |
| Purchase method |
If you have a requirement for the Supply & Delivery of Plumbing / Heating Materials & Associated Products, please contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system. This Contract was awarded to UK Plumbing Supplies Ltd, any requirement for Supply & Delivery of Plumbing / Heating Materials & Associated Products must be purchased via this supplier. All orders issued to the supplier must use the reference “UOS-31768-2024”. |
| Delivery timescales | Within 4 days of the PO being issued |
| Sustainability | N/A |
| 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 Contract. |
| Agreement title |
Provision of Washroom Solutions & Associated Services (2023-27) |
|---|---|
| Reference | UOS-23385-2023 |
| Expiry date | 07/01/27 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below. This Contract will include, however, will not be limited to; - Provision of sanitary & nappy waste disposal services for all academic, and residential buildings, on the John Anderson Campus, Ross Priory & Stepps Playing Fields, in accordance with a set 4-weekly visitation schedule (13 visits per annum). - All units will be provided on a free-to-loan basis, all sanitary units are to be 17.5 litre capacity and all nappy units 50 litre capacity unless otherwise stated by the University; - A record book/card must be provided in each Area/Unit office and must be completed by the Contractor’s staff after each visit, and all staff must carry official identification, and follow University procedures whilst working on-site; and - Visits can only be made between the hours of 09:30 – 16:30, and the Contractor will be required to liaise closely with the Area/Unit Managers regarding the visitation schedule. The Area/Unit Managers must be informed at least 72 hours in advance of visits. The Contract will be awarded on a sole supply basis, and its remit largely relates to Services. Please note, sanitary & nappy waste 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 the Provision of Washroom Solutions & 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 Personnel Hygiene Services Ltd T/A PHS, any requirement for Washroom Solutions & Associated Services must be purchased via this supplier. All orders issued to the supplier must use the reference “UOS-23385-2023”. |
| Delivery timescales | N/A |
| Sustainability | N/A |
| Pricing | The Contract has rates fixed for the first 24-months, and thereafter at 12-monthly intervals as per the Contract. |
| Agreement title |
Provision of Automatic Doors Maintenance & Associated Services (2024-28) |
|---|---|
| Reference | UOS-28852-2023 |
| Expiry date | 24/03/28 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below. The Contract will include, however, will not be limited to; - Planned & preventative maintenance (PPM) for a range of automatic doors, revolving doors, bi-fold doors, air lock doors & sliding doors; - Ad-hoc / reactive / emergency repairs for a range of automatic doors, revolving doors, bi-fold doors, air lock doors & sliding doors; and - Supply & installation of new doors, automation of existing manual doors. The Contract will be awarded on a sole supply basis, and its remit largely relates to services. The University does not have an existing route to market for these requirements; this Contract will make spend via this requirement compliant. Please note, maintenance of automatic doors 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). All orders will be raised by Estates Services who will manage the Contract, it is not envisaged that departments will raise any orders for these services, as any requirement for Automatic Doors should be done via the EMS (Estates Maintenance Services) system at the University. |
| Purchase method |
If you have a requirement for the Provision of Automatic Doors Maintenance & 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 Dasco Entrance Technology Ltd, any requirement for Automatic Doors Maintenance & Associated Services must be purchased via this supplier. All orders issued to the supplier must use the reference “UOS-28852-2023”. |
| Delivery timescales | N/A |
| Sustainability | N/A |
| Pricing | The Contract has rates fixed for the first 24-months, and thereafter at 12-monthly intervals as per the Contract. |
| Agreement title |
Provision of Drain Cleaning, Repairs & Investigation Services (2025-29) |
|---|---|
| Reference |
UOS-36560-2025 |
| Expiry date | 12/11/27 |
| Procurement contact |
|
| Scope |
Please note, the University has recently awarded a contract to DAMM Environmental Ltd for the Provision of Drain Cleaning, Repairs & Investigation Services (2025-29) (UOS-36560-2025). The Contract 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 materials & labour to carry out drainage repair works 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 flour water and solid waste. Please note, any drainage requirements at NMIS & PNDC is covered by Skanska Construction Ltd via the contract for the Provision of Facilities Management Services for NMIS & PNDC (2023-33) (UOS-21891). |
| Purchase method |
If you have a requirement for drain cleaning and/or repair 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 DAMM Environmental Ltd, any requirement for drain cleaning and/or repair services must be purchased via this supplier on FMS, through free text. All orders issued to the supplier must use the reference “UOS-36560-2025” |
| Delivery timescales | Reactive response time – 1-hour response time for critical incidents, 4-hour maximum attendance. |
| Sustainability | N/A |
| Pricing | The contract has costs for a range of drain cleaning & repair services. Rates are fixed for the first 24-months of the contract. |
| Agreement title |
Provision of Facilities Management Services for NMIS & PNDC (2023-33) |
|---|---|
| Reference |
UOS-21891-2021 |
| Expiry date | 05/04/2033 |
| Procurement contact |
|
| Scope |
This Contract provides a range of facilities management services for the following two departments who are located out with the University’s John Anderson campus:
- National Manufacturing Institute Scotland (NMIS) - Power Network Distribution Centre (PNDC)
It is envisaged that the following buildings, will need to be part of any existing and / or future contract for these requirements:
Current - NMIS HQ: - NMIS Temp (K-Block): - NMIS AFRC; and - PNDC 1.
Potential Future - NMIS HQ (Phase 2): - MERLIN; and - DPMC.
The range of facilities management services includes, however, is not limited to the following works packages:
- Contract management; - Contract mobilisation; - Maintenance Services; - Horticultural Services; - Statutory Obligations; - Cleaning Services; - Workplace FM Services; - Security Services; - Waste Services; - CAFM; - Helpdesk Services; and - Management of Billable Works. |
| Purchase method |
This Contract can only be used by NMIS & PNDC, If you have a requirement for air facilities management 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 Skanska Construction UK 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-21891-2021”. |
| Delivery timescales | Various. |
| Sustainability | Community Benefits were included as part of this Contract. |
| Pricing | The Contract has costs for Planned & Preventative Maintenance (PPM), and reactive (“Billable Works”) All rates are fixed for the first 12-months, and thereafter at 12-monthly intervals as per the Contract. |
| Agreement title |
Provision of UK Emissions Trading Scheme (UK ETS) Consultancy Services (2025-29) |
|---|---|
| Reference |
UOS-22171-2022 |
| Expiry date | 30/03/2029 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to establish a contract to support the delivery of activities outlined below.
This Contract will include, however, will not be limited to:
- Assistance with completion and pre-verification checks of the University’s “Annual Emissions Report” and “Activity Level Change submission”: - Providing professional advice on scheme changes and developments and how they will impact on the University as an operator in the scheme: - Review and update of operator procedures and data collection processes as required by the University: - Providing expert advice and assistance in change requests to SEPA e.g. notification, variation or transfer of permit: - Acting as a reviewer of all information submitted by the University via the METS system; and - Any other services relating to scheme compliance and deemed as requiring input from the service provider by the University. |
| Purchase method |
Please note, all orders for this requirement will be raised by Sustainable Strathclyde who manage the University’s UKA obligations / adherence with the UK ETS.
This Contract was awarded to Genesis Oil & Gas Consultants 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-22171-2022”. |
| Delivery timescales | Various. |
| Sustainability | N/A. |
| Pricing | The Contract has a capped hourly rates based on job titles / descriptions. All prices are exclusive of VAT and will be deemed to be fixed for the first 12-months of the Contract, thereafter the Contractor will have a 30-day window commencing on the annual anniversary date with which they can submit a price increase. Any variance proposed will be based on the Consumer Price Index (CPI), all proposed variations must be agreed by the Contracting Authority in advance of their implementation. |
| Agreement title |
Purchase of UK Allowances (UKA) in Accordance with the UK Emissions Trading Scheme (UK ETS) (2025-29) |
|---|---|
| Reference |
UOS-35556-2025 |
| Expiry date | 04/05/29 |
| Procurement contact |
|
| Scope |
The University of Strathclyde (“the University”) is seeking to purchase UK Allowances (UKAs) in accordance with the UK Emissions Trading Scheme (UK ETS).
The Contract will include, however, will not be limited to:
- Purchases of allowances at auctions on behalf of the University: - Incorporating a hedging strategy on behalf of the University to limit exposure to high prices of allowances: - Holding and transfer of allowances from an authorised UK ETS Trading Registry Account to the University’s Operator Holding Account (OHA) on a quarterly basis: - Providing market insights, intelligence and price forecasts at agreed intervals at no extra cost to the University: - Running market orders; and - The University may request that the service provider hold allowances on behalf of the University. |
| Purchase method |
Please note, all orders for this requirement will be raised by Sustainable Strathclyde who manage the University’s UKA obligations / adherence with the UK ETS.
This Contract was awarded to Redshaw Advisors 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-35556-2025”. |
| Delivery timescales | Due to the volatile nature of this requirement, this supplier operates under immediate payment terms. |
| Sustainability | N/A. |
| Pricing | The Contract has a capped percentage fee / commission applied to total volume / number of UKAs, and is fixed for the full duration of the Contract. |
| Agreement title |
Minor Maintenance Framework (MMF) (2024-28) |
|---|---|
| Reference |
UOS-25138-2022 |
| Expiry date | 20/11/2028 |
| 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: Windows & Doors Glazing / Servicing - Lot 2: Roads & Hard Landscaping - Lot 3: Locksmiths - Lot 4: Signage Wall, Window & Film Graphics - Lot 5: Sandstone Repairs - Lot 6: Blacksmith & Metal Fabrication - Lot 7: Asbestos Removal - Lot 8: Asbestos Surveying / Analytical Works & Reporting - Lot 9: Electrical |
| 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 Contracting Authority can conduct a direct award with the first ranked Contractor. If the first ranked Contractor cannot fulfil the call-off, then the Contracting Authority can approach the second ranked Contractor and so forth until they can secure a Contractor who can meet the requirements.
2) Mini-Competition The Contracting Authority can conduct a mini-competition with all Contractors, it is envisaged that the majority of call-offs above £100k will use this method, although the Contracting Authority 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. 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 / percentage caps for Preliminaries, the National Schedule of Rates (NSR), Non-National Schedule of Rates (NSR), and Dayworks / Hourly Rates. All prices are exclusive of VAT and will be fixed for the full duration of the Framework. |
|
OP Planned & 2021-25) Planned Framework Lot |
Ranking |
Supplier Contact Details |
|
Lot 1 – Windows & Doors Glazing / Servicing |
1 – Johnston Joiners (Window & Door Maintenance) Ltd 2 – Glass-tec (Scotland) Ltd 3 – Clark Contracts Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 2 – Roads & Hard Landscaping |
1 – Idverde Ltd 2 – Hillhouse Quarry Group Ltd 3 – M Squared (Scotland) Ltd 4 – John McGeady Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 3 – Locksmiths |
1 – Maclean UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 4 – Signage Wall, Window & Film Graphics |
1 – Abacus Signs & Digital Ltd 2 – Effective Visual Marketing Ltd T/A EVM
|
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 5 – Sandstone Repairs |
1 – Go-Wright Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 6 – Blacksmith & Metal Fabrication |
1 – City Gate Construction (Scotland) Ltd 2 – Abbey Metal Ltd 3 – MPMH Construction Ltd 4 – Reid Wire Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 7 – Asbestos Removal |
1 – Clarkes Environmental Ltd 2 – Carymar Construction Services Ltd 3 – Enviraz (Scotland) Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 8 – Asbestos Surveying / Analytical Works & Reporting |
1 – Environtec Ltd 2 – Bradley Environmental Consultants Ltd 3 – HSL Compliance Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 9 - Electrical |
1 – OCS M&E Services Ltd 2 – Billy Paterson Electrical Contracting Ltd 3 – Magnus Electrical Services Ltd 4 – Valley Group Ltd 5 – Dalkia Operations Ltd 6 – MP Group UK Ltd 7 – Lochlie Construction Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
| Agreement title |
Planned & Reactive Maintenance Framework (PRMF) (2025-29) |
|---|---|
| Reference |
UOS-29574-2025 |
| Expiry date | 19/08/2029 |
| 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 Works - Lot 2: Joinery & Builderwork - Lot 3: Painting & Decorating - Lot 4: Roofing - Lot 5: Flooring - Lot 6: Steeplejacks (Projects) - Lot 7: Steeplejacks (PPM) - Lot 8: Pump Maintenance / Repairs / Installation |
| 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 Contracting Authority can conduct a direct award with the first ranked Contractor. If the first ranked Contractor cannot fulfil the call-off, then the Contracting Authority can approach the second ranked Contractor and so forth until they can secure a Contractor who can meet the requirements.
2) Mini-Competition The Contracting Authority can conduct a mini-competition with all Contractors, it is envisaged that the majority of call-offs above £100k will use this method, although the Contracting Authority 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. 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 / percentage caps for the National Schedule of Rates (NSR), Overhead & Profit (OHP), Non-National Schedule of Rates (NSR), and Dayworks / Hourly Rates. All prices are exclusive of VAT and will be fixed for the first 24-months of the Framework (with the exception of NSR & OHP Percentages – which are fixed for the full duration), thereafter the Contractor will have a 30-day window commencing on the annual anniversary date with which they can submit a price increase. Any variance proposed will be based on the Consumer Price Index (CPI), and the Contractor must provide evidence that it is justified. |
|
OP Planned & 2021-25) Planned Framework Lot |
Ranking |
Supplier Contact Details |
|
Lot 1 – Fire Protection Works |
1 – Taylor & Fraser Ltd 2 – Ventro Ltd 3 – Adman Int Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 2 – Joinery & Builderwork |
1 – Clark Contracts Ltd 2 – MPMH Construction Ltd 3 – Advanced Building Contractors Ltd 4 – AIM Building & Maintenance Services Ltd 5 – H. & J. Martin 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 – J. S. McColl (Painting Contractors) Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 4 - Roofing |
1 – Braedale Roofing Ltd 2 - Faskin Group Ltd 3 – Sennit Construction Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 5 - Flooring |
1 – Kirkton Flooring Ltd 2 – Crown Flooring Ltd 3 - General & Technical Flooring Services Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 6 – Steeplejacks (Projects) |
1 – Zenith Property Conservation Ltd 2 – Pendrich Height Services Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 7 – Steeplejacks (PPM) |
1 – The Height Group Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 8 – Pump Maintenance / Repairs / Installation |
1 – Pump Action Ltd 2 – PREAH Building Services Ltd 3 – Ferrier Pumps Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
| Agreement title |
Scotland Excel – Building Construction Consultancy (0920) |
|---|---|
| Reference |
0920 |
| Expiry date | 18/04/27 |
| Procurement contact |
|
| Scope |
The University of Strathclyde does not have an institutional contract for the general purchase of building construction consultancy, as such, any requirement below £25,000 should be purchased via the above Scotland Excel framework, the scope / lots of which is as follows:
Lot 1 - Architecture Lot 2 - Civil and Structural Engineering Lot 3 - Mechanical, Electrical and Plumbing Engineering Lot 4 - Quantity Surveying Lot 5 – In House Multi-Disciplinary Lot 6 – Architect Led Multi-Disciplinary Lot 7 - Conservation Architecture Lot 8 - Clerk of Works Lot 9 - Project Management Lot 10 - Landscape Architecture Lot 11 - CDM Advice Lot 12 - Master Planning Lot 13 – Environmental Engineering Lot 14 - Building Surveying Please note, as building construction consultancy relates to works projects, if you have requirement contact Estates Services and submit a request for a ‘Service Order’ via the Estates Maintenance Services (EMS) system. |
| 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 any Contractor within a lot, based on your own assessment of Value for Money (VfM) taking into consideration the following:
- the suitability of Supplier’s available staff:
If conducting a direct-award, all orders issued to the supplier must use the reference “0920”.
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 have offered a range of Community Benefits as part of this Framework. |
| Pricing | The Contract has costs / percentage caps for RIBA Stage Fees (based on an estimated net construction cost), and People (Hourly) Rates. |
|
OP Planned & 2021-25) Planned Framework Lot |
Unranked (Glasgow City Council / Sector – Education) |
Supplier Contact Details |
|
Lot 1 – Architecture |
- AMP Architects LLP - Anderson Bayne Ltd - Anderson Bell Christie Ltd - AtkinsRéalis UK Ltd - Baker Hicks Ltd - CRGP Ltd - ECD Architects Ltd - Grant/Murray Architects Ltd - Hypostyle Design Ltd - Mott MacDonald Ltd - NORR Consultants Ltd - Page \ Park Ltd - Robert Potter and Partners Ltd - Sheppard Robson Architects LLP - Space Solutions (Scotland) Ltd - Tetra Tech Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 2 – Civil & Structural Engineering |
- AtkinsRéalis UK Ltd - Baker Hicks Ltd - Clancy Consulting Ltd - Curtins Consulting Ltd - Fairhurst Group LLP - G3 Consulting Engineers Ltd - Goodson Associates Ltd - Harley Haddow Ltd - Mott MacDonald Ltd - Narro Associates Ltd - Tetra Tech Consulting Ltd - Tetra Tech Ltd - Waterman Structures Ltd - Will Rudd Davidson (Edinburgh) Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 3 – MEP Engineering |
- AtkinsRéalis UK Ltd - Baker Hicks Ltd - Clancy Consulting Ltd - Wallace Whittle Ltd - Harley Haddow Ltd - Hawthorne Boyle Ltd - Stantec Hydrock Ltd - Max Fordham LLP - Pick Everard - RSP Consulting Engineers LLP |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 4 – Quantity Surveying |
- AECOM Ltd - Armour Construction Consultants - Currie & Brown UK Ltd - AtkinsRéalis PPS Ltd (formerly Faithful+Gould) - Gardiner & Theobald LLP - Gleeds Management Services Ltd - Pick Everard - MGAC LLP - Thomas & Adamson - Thomas C Stewart LLP - Turner & Townsend Project Management Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 5 – In House Multi-Disciplinary |
- AtkinsRéalis UK Ltd - Baker Hicks Ltd - Mott MacDonald Ltd - Pick Everard - Tetra Tech Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 6 – Architect Led Multi-Disciplinary |
- Anderson Bell Christie Ltd - AtkinsRéalis UK Ltd - ECD Architects Ltd - Hypostyle Design Ltd - Mott MacDonald Ltd - NORR Consultants Ltd - Pick Everard - Robert Potter and Partners Ltd - Ryder Architecture Ltd - Tetra Tech Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 7 – Conservation Architecture |
- Austin-Smith:Lord Ltd - Collective Architecture Ltd - Coltart Earley Ltd - HLMAD Ltd - Holmes Miller Ltd - John Gilbert Architects - Ltd - MASTARCH LTD - Nicoll Russell Studios Ltd - Page \ Park Ltd - Robert Potter and Partners Ltd - Simpson & Brown Smith Scott Mullan + Associates Ltd - Stallan Brand Architecture + Design Ltd - Wellwood Leslie LLP - Wylie Shanks Architects LLP |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 8 – Clerk of Works |
- Clerk Of Works Inspection Services Ltd - Helica (Scotland) Ltd - Hickton Quality Control Ltd - IMG Quality Control Ltd - Pick Everard - Savills (UK) Ltd - Tetra Tech Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 9 - Project Management |
- Armour Construction Consultants - Brown & Wallace LLP - Currie & Brown UK Ltd - Doig and Smith Ltd - AtkinsRéalis PPS Ltd (formerly Faithful+Gould) - Gardiner & Theobald LLP - Gleeds Management Services Ltd - Hardies LLP - Pick Everard - MGAC LLP - Thomson Gray Ltd - Turner & Townsend Project Management Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 10 - Landscape Architecture |
- AHR Architects Ltd - AtkinsRéalis UK Ltd - DWA Landscape - Architects Ltd - HLMAD Ltd - Ironside Farrar Ltd - LDA Design Consulting Ltd - Rankin Fraser Landscape Architecture LLP - RSK Environment Ltd - Tetra Tech Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 11 - CDM Advice |
- Armour Construction Consultants - Brown & Wallace LLP - Currie & Brown UK Ltd - Doig and Smith Ltd - AtkinsRéalis PPS Ltd (formerly Faithful+Gould) - Gardiner & Theobald LLP - Gleeds Management Services Ltd - Pick Everard - Thomson Gray Ltd - Turner & Townsend Project Management Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 12 - Master Planning |
- AtkinsRéalis UK Limited - Collective Architecture Limited - Core Associates Ltd - Hawkins Brown Design Limited - HLMAD Limited - Hypostyle Design Ltd - Ironside Farrar Ltd - LDA Design Consulting Ltd - Mott MacDonald Ltd - NORR Consultants Ltd - Oberlanders Architects LLP - Smith Scott Mullan + Associates Ltd - Tetra Tech Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 13 – Environmental Engineering |
- AtkinsRéalis UK Ltd - Lucion Delta-Simons Ltd - Graham + Sibbald Technical Services LLP - Stantec Hydrock Ltd - Ironside Farrar Ltd - Kiloh Associates Ltd - Max Fordham LLP - Tetra Tech Consulting Ltd - Tetra Tech Ltd - Viridis Building Services Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |
|
Lot 14 - Building Surveying |
- Brown & Wallace LLP - Currie & Brown UK Ltd - AtkinsRéalis PPS Ltd (formerly Faithful+Gould) - Gleeds Management Services Ltd - Hardies LLP - Pick Everard - Thomas & Adamson - Thomson Gray Ltd - WSP UK Ltd |
Please contact Procurement and refer to the Buyer’s Guide for this Framework. |