Tender

General Builders Framework

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2025/S 000-007171

Procurement identifier (OCID): ocds-h6vhtk-04e7d2

Published 25 February 2025, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Scott McAninch

Email

scott.mcaninch@ggc.scot.nhs.uk

Telephone

+44 1412015366

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

General Builders Framework

Reference number

GGC0700/25

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

NHS Greater Glasgow & Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) regularly appoint a variety of external Multi-trades to undertake General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

The Tenderer(s) shall provide Small Works in respect of Planned and Reactive Works. The key services being sought are planned works, routine maintenance works, and unplanned reactive works / emergency call outs. From time to time and in spite of the controls in place to prevent them, emergency repair or maintenance works may also need to be carried out.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better value process for procuring General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

South Sector

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) regularly appoint a variety of external Multi-trades to undertake General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

The Tenderer(s) shall provide Small Works in respect of Planned and Reactive Works. The key services being sought are planned works, routine maintenance works, and unplanned reactive works / emergency call outs. From time to time and in spite of the controls in place to prevent them, emergency repair or maintenance works may also need to be carried out.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better value process for procuring General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

two.2.5) Award criteria

Quality criterion - Name: Technical / Quaity / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Optional 1x12 + 1x12 months

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

The Board will aim to shortlist the top ten (10) suppliers per lot to progress to stage 2, provided they meet the pre-qualification criteria assessed on a scored and pass/fail basis. In stage 2, the Board will select the top six (6) scoring suppliers per lot discipline for inclusion in the framework, based on their overall scores using the Most Economically Advantageous Tender (MEAT) methodology. Suppliers ranked 7th and below will not be successful.

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

two.2) Description

two.2.1) Title

North Sector

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) regularly appoint a variety

of external Multi-trades to undertake General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds GBP 50,000).

The Tenderer(s) shall provide Small Works in respect of Planned and Reactive Works. The key services being sought are planned works,

routine maintenance works, and unplanned reactive works / emergency call outs. From time to time and in spite of the controls in place to

prevent them, emergency repair or maintenance works may also need to be carried out.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better

value process for procuring General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Optional 1x12 + 1x12 months

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

The Board will aim to shortlist the top ten (10) suppliers per lot to progress to stage 2, provided they meet the pre-qualification criteria assessed on a scored and pass/fail basis. In stage 2, the Board will select the top six (6) scoring suppliers per lot discipline for inclusion in the framework, based on their overall scores using the Most Economically Advantageous Tender (MEAT) methodology. Suppliers ranked 7th and below will not be successful.

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

two.2) Description

two.2.1) Title

Clyde Sector

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) regularly appoint a variety

of external Multi-trades to undertake General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

The Tenderer(s) shall provide Small Works in respect of Planned and Reactive Works. The key services being sought are planned works,

routine maintenance works, and unplanned reactive works / emergency call outs. From time to time and in spite of the controls in place to

prevent them, emergency repair or maintenance works may also need to be carried out.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better

value process for procuring General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Optional 1x12 + 1x12 months

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

The Board will aim to shortlist the top ten (10) suppliers per lot to progress to stage 2, provided they meet the pre-qualification criteria assessed on a scored and pass/fail basis. In stage 2, the Board will select the top six (6) scoring suppliers per lot discipline for inclusion in the framework, based on their overall scores using the Most Economically Advantageous Tender (MEAT) methodology. Suppliers ranked 7th and below will not be successful.

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

two.2) Description

two.2.1) Title

Partnerships / HSCP

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) regularly appoint a variety

of external Multi-trades to undertake General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

The Tenderer(s) shall provide Small Works in respect of Planned and Reactive Works. The key services being sought are planned works,

routine maintenance works, and unplanned reactive works / emergency call outs. From time to time and in spite of the controls in place to

prevent them, emergency repair or maintenance works may also need to be carried out.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better

value process for procuring General Building Works between One Thousand (GBP 1,000) and Fifty Thousand Pounds (GBP 50,000).

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Optional 1x12 + 1x12 months

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

The Board will aim to shortlist the top ten (10) suppliers per lot to progress to stage 2, provided they meet the pre-qualification criteria assessed on a scored and pass/fail basis. In stage 2, the Board will select the top six (6) scoring suppliers per lot discipline for inclusion in the framework, based on their overall scores using the Most Economically Advantageous Tender (MEAT) methodology. Suppliers ranked 7th and below will not be successful.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

2 April 2025

Local time

12:00pm

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

23 April 2025

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=791434.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

It is not a requirement to add a sub clause.

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:

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from Tenderers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland Tenderers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

For further information please visit NHSS Community Benefit Gateway .

(SC Ref:791434)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=791434

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/