Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 17th Nov 2025
| Reference | ocds-h6vhtk-05d38a |
| Common Procurement Vocabulary | Maintenance and repair of information technology equipment |
| Procurement Method | Open procedure |
| Value | £1,500,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 17th Nov 2025
| Reference | ocds-h6vhtk-05d38a |
| Common Procurement Vocabulary | Maintenance and repair of information technology equipment |
| Procurement Method | Open procedure |
| Value | £1,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
procurement [at] spt.co.uk
Telephone
+44 14133333115
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Real Time Passenger Information Systems and Display Maintenance
Reference number
25-115
II.1.2) Main CPV code
- 50312600 - Maintenance and repair of information technology equipment
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of maintenance services for both the systems and display, for the existing Real Time Passenger Information signs within the SPT estate.
II.1.5) Estimated total value
Value excluding VAT: £1,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 72212670 - Real time operating system software development services
- 50312610 - Maintenance of information technology equipment
- 50312600 - Maintenance and repair of information technology equipment
- 50312620 - Repair of information technology equipment
- 72222300 - Information technology services
- 72267100 - Maintenance of information technology software
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
II.2.4) Description of the procurement
The maintenance of both the system and the physical display units for the Real Times Passenger Information signs within the SPT estate across the west of central Scotland
II.2.5) Award criteria
Quality criterion - Name: Technical Criertia / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Option to extend the awarded contract for up to an additional 36 months in any increment is included
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
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 which they can offer mitigating evidence for, 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.
Minimum level(s) of standards possibly required
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.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-068266
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
17 December 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30495. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Please reference the Community Benefits Menu and Question within the Commercial section of the tender for details.
(SC Ref:815957)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
