Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fire and Intruder Systems Upgrade & Maintenance

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-056029
Published by:
Strathclyde Partnership for Transport
Authority ID:
AA20297
Publication date:
28 July 2025
Deadline date:
19 August 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Contract for the provision of maintenance support for SPT’s fire and intruder alarm systems across its full estate and to undertake the replacement of Glasgow Subway’s 15 Station fire alarm systems, to be staggered over the 5-year contract period of this contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

UK

Telephone: +44 14133333115

E-mail: procurement@spt.co.uk

NUTS: UKM82

Internet address(es)

Main address: www.spt.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire and Intruder Systems Upgrade & Maintenance

Reference number: 25-054

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Contract for the provision of maintenance support for SPT’s fire and intruder alarm systems across its full estate and to undertake the replacement of Glasgow Subway’s 15 Station fire alarm systems, to be staggered over the 5-year contract period of this contract.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625000

31625200

31625100

35111500

44480000

45312100

45343000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow City

II.2.4) Description of the procurement

Upgrade and Maintenance of SPT Fire and Intruder Systems, including the initial upgrade of two Subway Station Fire Detection systems and the included option for the upgrade of 13 other stations and new installations elsewhere within the state where budget becomes available.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Criteria / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The 5 highest scoring Candidates at PQQ/SPD Stage will be progressed to Stage 2 ITT

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

SPT reserve the right to award the upgrade and installation of Fire Detections systems for 13 other Subway Stations to the successful bidder is expressly included. The option for new and upgrades of both Fire and Intruder systems across the SPT estate is also expressly included.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to SPT's satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders must either confirm that they have a Dun and Bradstreet failure score of 51 or above (and provide the score), or if they cannot evidence this or do not have a D&B score they must provide instead the value of the 3 financial ratios stated.

The name of the 3 ratios to be evaluated are Profitability, Gearing and Liquidity. The acceptable values and method of calculation are detailed in the Evaluation of Tenders document provided and below.

Where 2 out of the 3 ratios cannot be met the bidder must confirm below which other mitigating factors may apply which SPT may consider. Again these are detailed in the Evaluation of Tenders document.

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated. Note that these levels are non-negotiable.


Minimum level(s) of standards required:

In the absence of a Dun and Bradstreet Score, the name and required values of the Financial Ratios are as follows

1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

The required levels of insurance are:

Professional Risk Indemnity: GBP1m

Employer's (Compulsory) Liability: GBP5m

Public Liability: GBP5m

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Bidder must provide 3 examples from the last 3 years where they have undertaken works and services of a similar nature to the requirements detailed in the Specification. Ideally but not essential that these works and services will have been undertaken on behalf of a Public body and/or within a similar environment.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Bidder will detail their proposals for decarbonising the maintenance services to follow the initial works/installation element. This may include elements pertaining to transport and waste, or the use of recycled and or recyclable products in the undertaking of the services.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/08/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/09/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29483. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The required Community Benefits will be detailed in the ITT to follow this PQQ/SPD

(SC Ref:802183)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

16/07/2025

Coding

Commodity categories

ID Title Parent category
31625000 Burglar and fire alarms Sound or visual signalling apparatus
79993100 Facilities management services Building and facilities management services
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@spt.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.