Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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