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