Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Telephone
+44 14133333115
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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