ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

02 May 2026

Related Information

Construction Contract Leads

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 28th Apr 2026

Tender Details
Referenceocds-h6vhtk-068ce9
Common Procurement VocabularyRailway station construction work
Procurement MethodRestricted procedure
Value£1,700,000
« Previous Page

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 28th Apr 2026

Tender Details
Referenceocds-h6vhtk-068ce9
Common Procurement VocabularyRailway station construction work
Procurement MethodRestricted procedure
Value£1,700,000

Section I: Contracting authority

I.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

procurement [at] spt.co.uk

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

Hillhead Subway Station Improvement Works

Reference number

26-067

II.1.2) Main CPV code

  • 45213321 - Railway station construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The proposed improvement works are expected to include:

Renewal and alterations to building services (lighting, small power, PAVA, fire detection, comms, ventilation etc.).

Removal of ceiling systems at upper concourse level.

Required M&E works associated with ceiling system removal (concourse and platform levels).

Renewal of floor and stair coverings throughout (concourse and platform).

Improvement to wayfinding.

Renewal of staff facilities (Toilet and Kitchen).

Replacement of fixtures and fittings (handrails, balustrade capping, doorsets etc.).

II.1.5) Estimated total value

Value excluding VAT: £1,700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45213320 - ÂÜÀòÔ­´´ work for buildings relating to railway transport
  • 45234111 - City railway construction work
  • 45234120 - Urban railway works
  • 45234122 - Underground railway works
  • 45351000 - Mechanical engineering installation works
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 45000000 - ÂÜÀòÔ­´´ work
  • 45200000 - Works for complete or part construction and civil engineering work

II.2.3) Place of performance

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

Glasgow

II.2.4) Description of the procurement

The proposed improvement works are expected to include:

Renewal and alterations to building services (lighting, small power, PAVA, fire detection, comms, ventilation etc.).

Removal of ceiling systems at upper concourse level.

Required M&E works associated with ceiling system removal (concourse and platform levels).

Renewal of floor and stair coverings throughout (concourse and platform).

Improvement to wayfinding.

Renewal of staff facilities (Toilet and Kitchen).

Replacement of fixtures and fittings (handrails, balustrade capping, doorsets etc.).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2026

End date

31 March 2027

This contract is subject to renewal

No

II.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:

Candidates achieving the 5 highest Technical Scores will be progressed to the ITT stage of this tender

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.

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

List and brief description of selection criteria

The bidder will require to demonstrate previous experience of delivering the required works, preferably but not essential within a similar environment.

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

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

Date

28 May 2026

Local time

12:00pm

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

30 June 2026

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: 4 (from the date stated for receipt of tender)


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 PQQ exercise. The Project code is 31650. 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:

The required Community Benefits will be defined at the ITT Stage of this process

(SC Ref:830565)

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