Tender

Fire and Intruder Systems Upgrade & Maintenance

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice identifier: 2025/S 000-040457

Procurement identifier (OCID): ocds-h6vhtk-056029

Published 16 July 2025, 11:33am



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.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

Fire and Intruder Systems Upgrade & Maintenance

Reference number

25-054

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625200 - Fire-alarm systems
  • 31625100 - Fire-detection systems
  • 35111500 - Fire suppression system
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

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

Glasgow City

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical Criteria / Weighting: 40

Price - Weighting: 60

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

Duration in months

60

This contract is subject to renewal

No

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.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.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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 possibly 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

three.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.

three.2) Conditions related to the contract

three.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.

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

Date

19 August 2025

Local time

12:00pm

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

1 September 2025

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom