Contract

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

  • Strathclyde Partnership for Transport

F03: Contract award notice

Notice identifier: 2025/S 000-028163

Procurement identifier (OCID): ocds-h6vhtk-04b2c7 (view related notices)

Published 28 May 2025, 2:59pm



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

procurement@spt.co.uk

Telephone

+44 14133333115

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

Reference number

14-126

two.1.2) Main CPV code

  • 50720000 - Repair and maintenance services of central heating

two.1.3) Type of contract

Services

two.1.4) Short description

SPT have awarded a contract for a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £137,500.39

two.2) Description

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

Strathclyde Partnership for Transport (SPT) have awarded a contract appointing a suitably qualified and experienced service provider to carry out the planned preventative maintenance and reactive repairs of the heating, ventilation, air conditioning , and building management systems, and fire dampers across SPT’s estate. It is anticipated that the contract will be for a five-year period and the contract will commence June 2025.

Tenderers must provide costs for two options;

A. a fully managed service; and

B. a planned preventative maintenance and reactive call-out service.

Whichever option is awarded will be at the discretion of SPT.

two.2.5) Award criteria

Quality criterion - Name: Quality criteria / Weighting: 40

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The modifications listed below will be allowable under this contract:

the installation of new or replacement of existing systems and additional sites.

updating/provision of maintenance manuals

air duct cleaning

Any modifications will be at the discretion of SPT who reserve the right to benchmark costs and tender separately for any additional tasks or special works.

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-035265


Section five. Award of contract

Contract No

24-126

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

B-DACS

31 , Lonmay Drive

Glasgow

G33 4EP

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £137,500.39


Section six. Complementary information

six.3) Additional information

SPD Question 2.C.1 Reliance on the capacities of other entities -

Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.

Subcontractors on whose capacity the bidder does not rely

Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope.

Exclusion Criteria –

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

Scots Law will apply.

(SC Ref:800050)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

Country

United Kingdom