Tender

Provision of Outdoor Roadside Advertising

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice identifier: 2025/S 000-049345

Procurement identifier (OCID): ocds-h6vhtk-05896e

Published 18 August 2025, 8:55am



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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Provision of Outdoor Roadside Advertising

Reference number

25-001

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

SPT seeks to appoint experienced Contractor/s with the required and proven track record to exploit the Roadside advertising opportunities within SPT’s estate

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79341000 - Advertising services
  • 79341100 - Advertising consultancy services
  • 79341200 - Advertising management services
  • 79341400 - Advertising campaign services
  • 79342000 - Marketing services
  • 79342100 - Direct marketing services
  • 79413000 - Marketing management consultancy services

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

SPT seeks to appoint experienced Contractor/s with the required and proven track record to exploit the Roadside advertising opportunities within SPT’s estate

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 10

Price - Weighting: 90

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Contractual extension of up to 36 months is included

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) Economic and financial standing

List and brief description of selection criteria

With regards SPD question 4B.6 SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score.

Minimum level(s) of standards possibly required

In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors for which they can offer mitigating evidence, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.

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;

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;

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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Bidder will provide 3 separate examples using the template provided attached to question 4C1.2, where they have undertaken installation of outdoor advertising units and successfully sold the advertising space in a commercially sustainable manner.

Minimum level(s) of standards possibly required

In order for SPT to be able to determine that the bidder has a proven track record, all sections of the template require to be completed and no part of this information is to be considered by the bidder as commercially sensitive and withheld.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The timescales between the contract Award Date and the Practical Commencement Date will be as follows:

A Contract is awarded (the Award Date).

Proof that planning consent has been applied for from Glasgow City Council will be provided to SPT no longer than 1 calendar month of the Award Date.

Planning consent will be granted and proof of this provided to SPT. No fixed or mandatory timescale has been set for the period between planning consent being applied for and granted, as that is out with the control of both the Contractor and SPT.

Proof that planning consent has been granted will be provided to SPT.

The Practical Commencement Date will be the date at which the advertising infrastructure commences operation, and be no more than 4 months from the date that planning consent is granted.

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

Open 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

30 September 2025

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

30 September 2025

Local time

12:00pm

Place

Glasgow


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

At 4C.7 of the SDP, the Bidder will detail their proposals for

de-carbonising 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. A specific response to this question is required and the uploading of a generic environmental or carbon reduction statement may result in the bid being rejected at this point.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29220. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:807124)

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