Award

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

STRATHCLYDE PARTNERSHIP FOR TRANSPORT

This public procurement record has 2 releases in its history.

Award

28 May 2025 at 00:00

Tender

31 Oct 2024 at 00:00

Summary of the contracting process

Strathclyde Partnership for Transport has recently awarded a contract focusing on the maintenance of heating, ventilation, air conditioning systems, BMS systems, and fire dampers, with the contracting stage noted as complete as of 28th May 2025. Based in Glasgow, this contract is a part of a comprehensive procurement process under the industry category of services, employing a selective method via a restricted procedure. The contract is estimated to span five years, commencing June 2025, and was valued at £137,500.39 GBP. The procurement aimed to appoint a suitably qualified service provider to perform both planned maintenance and reactive repairs across SPT’s estate, with a tender submission deadline previously set for 9th December 2024.

This tender offers significant growth opportunities for businesses specialising in HVAC systems and building management services. Companies experienced in providing comprehensive maintenance services, including reactive repairs and managed service provisions, are particularly well-suited to compete. There is a preference for businesses registered with trade bodies and holding relevant accreditations like ISO, which aligns with the tender’s quality and technical criteria. Moreover, SMEs, especially those based in the West of Scotland, are strongly encouraged to participate, as the tender also supports sub-contracting and the use of local businesses. This contract not only promises long-term involvement with infrastructural operations but also allows companies to leverage modifications such as the installation of new or replacement systems, providing further business development avenues.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

Notice Description

SPT have awarded a contract for a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

Lot Information

Lot 1

Strathclyde Partnership for Transport (SPT) have awarded a contract appointing a suitably qualified and experienced service provider to carry out the planned preventative maintenance and reactive repairs of the heating, ventilation, air conditioning , and building management systems, and fire dampers across SPT's estate. It is anticipated that the contract will be for a five-year period and the contract will commence June 2025. Tenderers must provide costs for two options; A. a fully managed service; and B. a planned preventative maintenance and reactive call-out service. Whichever option is awarded will be at the discretion of SPT.

Options: The modifications listed below will be allowable under this contract: the installation of new or replacement of existing systems and additional sites. updating/provision of maintenance manuals air duct cleaning Any modifications will be at the discretion of SPT who reserve the right to benchmark costs and tender separately for any additional tasks or special works.

Renewal: This contract will last five years and then will be renewed. It is expected the tender will be advertised in the final year of this contract.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000780572
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY531253
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50720000 - Repair and maintenance services of central heating

Notice Value(s)

Tender Value
£580,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£137,500 £100K-£500K

Notice Dates

Publication Date
28 May 20259 months ago
Submission Deadline
9 Dec 2024Expired
Future Notice Date
Not specified
Award Date
28 May 20259 months ago
Contract Period
Not specified - Not specified
Recurrence
It is estimated this requirement will be re-advertised in the fourth year of the contract.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
STRATHCLYDE PARTNERSHIP FOR TRANSPORT
Contact Name
Not specified
Contact Email
procurement@spt.co.uk
Contact Phone
+44 14133333115

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

Supplier Information

Number of Suppliers
1
Supplier Name

B-DACS

Further Information

Notice Documents

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-r6ebe6-0000780572-2025-05-28T00:00:00Z",
    "date": "2025-05-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000780572",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-35",
            "name": "Strathclyde Partnership for Transport",
            "identifier": {
                "legalName": "Strathclyde Partnership for Transport"
            },
            "address": {
                "streetAddress": "131 St Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5JF"
            },
            "contactPoint": {
                "email": "procurement@spt.co.uk",
                "telephone": "+44 14133333115",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-36",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Pl",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-27",
            "name": "Strathclyde Partnership for Transport",
            "identifier": {
                "legalName": "Strathclyde Partnership for Transport"
            },
            "address": {
                "streetAddress": "131 St Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5JF"
            },
            "contactPoint": {
                "email": "procurement@spt.co.uk",
                "telephone": "+44 14133333115",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-28",
            "name": "B-DACS",
            "identifier": {
                "legalName": "B-DACS"
            },
            "address": {
                "streetAddress": "31 , Lonmay Drive",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G33 4EP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-18",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Strathclyde Partnership for Transport",
        "id": "org-27"
    },
    "tender": {
        "id": "14-126",
        "title": "Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
        "description": "SPT have awarded a contract for a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 580000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2024-12-09T10:00:00Z"
        },
        "documents": [
            {
                "id": "OCT517248",
                "documentType": "contractNotice",
                "title": "Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
                "description": "SPT are seeking a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT517248",
                "format": "text/html"
            },
            {
                "id": "MAY531253",
                "documentType": "awardNotice",
                "title": "Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
                "description": "SPT have awarded a contract for a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY531253",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Strathclyde Partnership for Transport (SPT) have awarded a contract appointing a suitably qualified and experienced service provider to carry out the planned preventative maintenance and reactive repairs of the heating, ventilation, air conditioning , and building management systems, and fire dampers across SPT's estate. It is anticipated that the contract will be for a five-year period and the contract will commence June 2025. Tenderers must provide costs for two options; A. a fully managed service; and B. a planned preventative maintenance and reactive call-out service. Whichever option is awarded will be at the discretion of SPT.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality criteria",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "options": {
                    "description": "The modifications listed below will be allowable under this contract: the installation of new or replacement of existing systems and additional sites. updating/provision of maintenance manuals air duct cleaning Any modifications will be at the discretion of SPT who reserve the right to benchmark costs and tender separately for any additional tasks or special works."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract will last five years and then will be renewed. It is expected the tender will be advertised in the final year of this contract."
                }
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2025-01-10T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 Trade Registers - It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership - Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Insurance levels Duns score",
                    "minimum": "Insurance: The Contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance in respect of all the matters which are subject of the indemnities on the part of the Contractor contained in this Contract including Professional Liability Insurance in the sum of no less than GBP5,000,000, Public Liability Insurance in the sum of no less than GBP10,000,000, Product Liability Insurance in the sum of no less than GBP5,000,000 and Employers' Liability Insurance in the sum of no less than GBP5,000,000 at least, each in respect of any one incident and unlimited in total, unless otherwise agreed by SPT in writing Duns: With regards SPD question 4B, 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. 1 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; 2 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; 3 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. Where 2 out of the 3 ratios cannot be met, we may then take account of other factors when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria as described in the instructions for tendering document."
                },
                {
                    "type": "technical",
                    "description": "Past Experience Quality Assurance Accreditation Environmental Accreditation",
                    "minimum": "Evidence of 3 No. of commissions that demonstrate the organisation's ability to carry-out the services as defined in the scope of requirements. These commissions may have been delivered completely in-house or using named sub-contractors and must be related to the scope of requirements and have been delivered in the past three years. Tenderers shall be ISO 9001accredited or have an internal system which adheres to those standards and regularly audited. Tenderers shall be ISO 14001 accredited, or have an internal system that adheres to those standards and is regularly audited. Technical and Professional Ability (Sub-Contracting) - Bidders will be required to confirm within the ITT (Stage 2, Technical Envelope) whether they intend to subcontract and, if so, for what proportion of the contract"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "50720000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "It is estimated this requirement will be re-advertised in the fourth year of the contract."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "SPD Question 2.C.1 Reliance on the capacities of other entities - Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon. Subcontractors on whose capacity the bidder does not rely Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope. Exclusion Criteria - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. Scots Law will apply. (SC Ref:800050)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780572"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000780572"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "24-126",
            "suppliers": [
                {
                    "id": "org-28",
                    "name": "B-DACS"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "24-126",
            "awardID": "24-126",
            "status": "active",
            "value": {
                "amount": 137500.39,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-28T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-035265"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "61",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "62",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "63",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "64",
                "measure": "foreignBidsFromNonEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "65",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}