Notice Information
Notice Title
Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)
Notice Description
The University of Strathclyde ("the University") has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).
Lot Information
Lot 1
The University of Strathclyde has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) UOS-36552-2025.
Options: In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
Renewal: The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000801410
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549927
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45232430 - Water-treatment work
90711100 - Risk or hazard assessment other than for construction
90713100 - Consulting services for water-supply and waste-water other than for construction
90733000 - Services related to water pollution
Notice Value(s)
- Tender Value
- £286,785 £100K-£500K
- Lots Value
- £286,785 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £286,785 £100K-£500K
Notice Dates
- Publication Date
- 19 Feb 20264 days ago
- Submission Deadline
- 28 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Feb 20266 days ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Yes, it is envisaged that when this contract comes to an end that the Contracting Authority will tender this requirement again - a Contract Notice is expected to be published in c. June 2029.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF STRATHCLYDE
- Contact Name
- Magnus Tuck, Procurement Co-ordinator
- Contact Email
- magnus.tuck@strath.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G1 1XU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533441
Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) - The University of Strathclyde ("the University") is seeking to establish a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549927
Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) - The University of Strathclyde ("the University") has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000801410-2026-02-19T00:00:00Z",
"date": "2026-02-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000801410",
"initiationType": "tender",
"parties": [
{
"id": "org-5",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "Learning & Teaching Building, 49 Richmond Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1XU"
},
"contactPoint": {
"name": "Magnus Tuck, Procurement Co-ordinator",
"email": "magnus.tuck@strath.ac.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.strath.ac.uk/"
}
},
{
"id": "org-19",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "Learning & Teaching Building, 49 Richmond Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1XU"
},
"contactPoint": {
"name": "Magnus Tuck, Procurement Co-ordinator",
"email": "magnus.tuck@strath.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.strath.ac.uk/"
}
},
{
"id": "org-16",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "org-25",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "Learning & Teaching Building, 49 Richmond Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1XU"
},
"contactPoint": {
"name": "Magnus Tuck, Procurement Co-ordinator",
"email": "magnus.tuck@strath.ac.uk",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.strath.ac.uk/"
}
},
{
"id": "org-26",
"name": "Westfield Caledonian Ltd",
"identifier": {
"legalName": "Westfield Caledonian Ltd"
},
"address": {
"streetAddress": "4 Mollins Court, Westfield",
"locality": "Cumbernauld",
"region": "UKM",
"postalCode": "G68 9HP"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-27",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University of Strathclyde",
"id": "org-25"
},
"tender": {
"id": "UOS-36552-2025",
"title": "Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)",
"description": "The University of Strathclyde (\"the University\") has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).",
"mainProcurementCategory": "services",
"amendments": [
{
"id": "amd-5",
"description": "II.2.4) Description of the Procurement Please note, Section II.2.4) Description of the Procurement, has been updated as follows: 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: - Routine analysis and interpretation of results for microbiological (TVCs, coliforms, e.coli) & legionella: - Ad hoc sample collection and analysis for all types of water tests & both microbiological chemical (usually requested when the University / Estates Services have identified potential water quality issue): - Investigative monitoring in cases of staff complaints or whereby analysis highlights issues of non-conformity: - Required to operate independently. No remedial water treatment work will be awarded to the appointed Contractor of analytical services, and they must be able to demonstrate impartiality and independence from any water treatment works: - Testing laboratory must be accredited to BS EN ISO/IEC 17025. Laboratory must be situated locally, ideally within 1 hour of Glasgow in order to undertake short notice sampling with swift and efficient analytical turnaround: - The appointed Contractor must be able to react to unforeseen circumstances and provide assistance with technical engineering issues related to water services: - The appointed Contractor must provide competent auditing and technical advice to ensure full WQ legislative compliance: - The appointed Contractor's sampling staff must be appropriately trained in sampling techniques as per British Standards 8554:2015 Code of Practice for the sampling and monitoring of hot and cold water services in buildings, and subject to verification of competence, before being allowed to work unsupervised; and - The appointed Contractor's sampling staff will also possess an understanding of the basic principles and practices of water services, distribution and quality. In addition to this, sampling staff shall demonstrate a basic knowledge of relevant chemical and microbiological analytical procedures. The appointed Contractor must hold the following accreditation (or equivalent): - Registered with Legionella Control Association for Legionella Risk Assessment Services and Legionella Monitoring Services: 1.1 -Legionella Risk Assessment Services - Hot and Cold Water Systems, 1.3 - Legionella Risk Assessment Services - Process and Other Systems, 7.1 - Sampling, 7.3 - Laboratory Services, and 7.4 - Interpretation of Analysis: - SGS ISO 9001:2015: - UKAS (ISO / IEC 17025:2017); and - SafeContractor."
}
],
"classification": {
"id": "90711100",
"scheme": "CPV"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45232430",
"scheme": "CPV"
},
{
"id": "90713100",
"scheme": "CPV"
},
{
"id": "90733000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "University of Strathclyde."
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 286785,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2025-07-28T12:00:00Z"
},
"documents": [
{
"id": "JUN533441",
"documentType": "contractNotice",
"title": "Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)",
"description": "The University of Strathclyde (\"the University\") is seeking to establish a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533441",
"format": "text/html"
},
{
"id": "FEB549927",
"documentType": "awardNotice",
"title": "Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29)",
"description": "The University of Strathclyde (\"the University\") has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) (UOS-36552-2025).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549927",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Strathclyde has awarded a Contract for the Provision of Tank Sampling, Legionella Risk Assessments & Associated Services (2025-29) UOS-36552-2025.",
"status": "complete",
"value": {
"amount": 286785,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "20"
},
{
"type": "price",
"description": "80"
},
{
"type": "quality",
"name": "Technical",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"options": {
"description": "In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "For full details of the conditions relevant to the proposed Contract, please refer to the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice. The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract)."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2025-08-13T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover 2. SPD (Scotland) Question 4B.5: Insurance Requirements",
"minimum": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover The Candidate will be required to have a minimum average yearly turnover of GBP 573,570 for the past 3 financial years. 2. SPD (Scotland) Question 4B.5: Insurance Requirements It is a requirement that Candidates hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below; SPD (Scotland) Question 4B.5.1a Professional Risk Indemnity: maintain a minimum indemnity limit of GBP 2 million any one claim, and in the aggregate. SPD (Scotland) Question 4B.5.1b Employer's (Compulsory) Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims. SPD (Scotland) Question 4B.5.2 Public Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims. Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury"
},
{
"type": "technical",
"description": "1. SPD (Scotland) Question 4C.1.2: Services 2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes 3. SPD (Scotland) Question 4D.2: Environmental Management Standards",
"minimum": "1. SPD (Scotland) Question 4C.1.2: Services The Candidate will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. The Candidate must use the template provided for them (Appendix C) to answer question 4C.1.2 of their SPD (Scotland) response, which can be found in the \"Appendices\" folder within the \"Buyer Attachments\" area. The Candidate MUST upload the completed document next to question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE \"GENERAL ATTACHMENTS\" AREA. The below scoring methodology will be applied to the question. Excellent response - 4 Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Good response - 3 Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Acceptable response - 2 Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g., previous experience, knowledge or skills may not be of a similar nature. Poor response - 1 Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. Unacceptable (Nil or Inadequate response) - 0 Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. These questions will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to all questions. The Candidate is required to provide one (1) example of services which they have delivered in the past three years that demonstrates they have relevant experience and capacity to deliver the key elements of the services, as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice and noted individually below. Please note, the Candidate is permitted to use the same example for one, several, and / or all of their responses, and is also permitted to provide different examples as required and / or appropriate, taking into consideration the requirements outlined under each question. - Question / Example 1 - Transportation Process & Timelines (35%) - Question / Example 2 - In-house Laboratory Testing & Accreditations (35%) - Question / Example 3 - Water Sampling Analytical Services (30%) 2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document \"Appendix D - Contract Notice Additional Information v1\", which can be found in the \"Appendices\" folder, within the \"Buyers Attachments\" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out. 3. SPD (Scotland) Question 4D.2: Environmental Management Standards Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document \"Appendix D - Contract Notice Additional Information v1\", which can be found in the \"Appendices\" folder, within the \"Buyers Attachments\" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.",
"hasRecurrence": true,
"recurrence": {
"description": "Yes, it is envisaged that when this contract comes to an end that the Contracting Authority will tender this requirement again - a Contract Notice is expected to be published in c. June 2029."
}
},
"language": "EN",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801410"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801410"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801410"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-035602"
}
],
"description": "In line with regulation 72 of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases. (SC Ref:824065)",
"awards": [
{
"id": "UOS-36552-2025",
"suppliers": [
{
"id": "org-26",
"name": "Westfield Caledonian Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "UOS-36552-2025",
"awardID": "UOS-36552-2025",
"status": "active",
"value": {
"amount": 286785,
"currency": "GBP"
},
"dateSigned": "2026-02-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "51",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "52",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "53",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "54",
"measure": "foreignBidsFromNonEU",
"value": 7,
"relatedLot": "1"
},
{
"id": "55",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}