Tender

Hillhead Subway Station Improvement Works

STRATHCLYDE PARTNERSHIP FOR TRANSPORT

This public procurement record has 1 release in its history.

Tender

28 Apr 2026 at 13:20

Summary of the contracting process

The Strathclyde Partnership for Transport is undertaking a procurement process to carry out improvement works on the Hillhead Subway Station located in Glasgow. The tender, currently active and classified under the industry category of railway station construction work, involves significant refurbishment, including mechanical and electrical engineering services. Key dates for interested parties include a submission deadline on 28th May 2026, with the second stage invitation set for 30th June 2026. The procurement follows a restricted procedure, requiring electronic submissions, and aims to enhance facilities, build services, and renew various systems within the station. The contract term is scheduled from 1st September 2026 to 31st March 2027, with a budget valued at £1,700,000.

This tender presents substantial business growth opportunities, particularly for firms experienced in railway and urban infrastructure refurbishment. Companies with strong mechanical, electrical, and construction capabilities that can demonstrate previous experience in similar environments are well-suited for this project. The procurement process is selective, prioritising candidates with the highest technical scores to advance to the invitation to tender stage, offering firms a competitive yet rewarding chance to collaborate with a respected transport authority. Community benefits are integral to this procurement, signalling potential for firms interested in contributing positively to the local community's development and infrastructure enhancement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Hillhead Subway Station Improvement Works

Notice 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.).

Lot Information

Lot 1

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.).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068ce9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038632-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45200000 - Works for complete or part construction and civil engineering work

45213320 - Construction work for buildings relating to railway transport

45213321 - Railway station construction work

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

Notice Value(s)

Tender Value
£1,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Apr 20261 weeks ago
Submission Deadline
28 May 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
STRATHCLYDE PARTNERSHIP FOR TRANSPORT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 5JF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068ce9-2026-04-28T14:20:18+01:00",
    "date": "2026-04-28T14:20:18+01:00",
    "ocid": "ocds-h6vhtk-068ce9",
    "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 31650. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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 defined at the ITT Stage of this process (SC Ref:830565)",
    "initiationType": "tender",
    "tender": {
        "id": "26-067",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Hillhead Subway Station Improvement Works",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45213321",
            "description": "Railway station construction work"
        },
        "mainProcurementCategory": "works",
        "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.).",
        "value": {
            "amount": 1700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.).",
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Candidates achieving the 5 highest Technical Scores will be progressed to the ITT stage of this tender"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45213320",
                        "description": "Construction work for buildings relating to railway transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234111",
                        "description": "City railway construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234120",
                        "description": "Urban railway works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234122",
                        "description": "Underground railway works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The bidder will require to demonstrate previous experience of delivering the required works, preferably but not essential within a similar environment.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-05-28T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2026-06-30T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-13755",
            "name": "Strathclyde Partnership for Transport",
            "identifier": {
                "legalName": "Strathclyde Partnership for Transport"
            },
            "address": {
                "streetAddress": "131 St Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5JF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@spt.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spt.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2553",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-13755",
        "name": "Strathclyde Partnership for Transport"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000830565"
        }
    ],
    "language": "en"
}