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
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