Section one: Contracting authority
one.1) Name and addresses
NHS Golden Jubilee
Golden Jubliee National Hospital Beardmore Street, Agamemnon Street
Clydebank
G81 4DY
gjnh.commercial@gjnh.scot.nhs.uk
Telephone
+44 1419515000
Fax
+44 1419515761
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.nhsgoldenjubilee.co.uk/home/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00199
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
GJ25017 Grounds Maintenance Service
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The NHS Golden Jubilee requires a comprehensive grounds maintenance service including provision for winter services that include salting and snow clearing. The Contractor will be required to provide key services including planned, routine, unplanned reactive works and emergency call outs for grounds maintenance, horticultural duties and winter duties.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
NHS Golden Jubilee, Beardmore Street, Clydebank, G81 4HX
two.2.4) Description of the procurement
The NHS Golden Jubilee requires a comprehensive grounds maintenance service including provision for winter services that include salting and snow clearing.
The Contractor will be required to provide key services including planned, routine, unplanned reactive works and emergency call outs for grounds maintenance, horticultural duties and winter duties.
The service will be delivered within the NHS Golden Jubilee site, which occupies an area of sixteen hectares. The site includes soft landscaped areas, hard landscaping including 1000 car parking spaces (tar macadam and block paving), footpaths and courtyards (block paving), service yards (concrete) and roadways (tar macadam & block paving).
There are small planted beds adjacent to the entrances to the hospital and hotel that will require a more in-depth maintenance.
The Contract is expected to commence on 1st April 2026, for an initial duration of 24 months, plus 2 x 12 month optional extension periods, to be taken at the Boards discretion.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
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
2 x 12 month optional extensions
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Board reserve the right to purchase any additional, associated services from the awarded supplier throughout the duration of the contract.
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.2.14) Additional information
Bidders must note that a Mandatory Site Visit will take place at NHS Golden Jubilee site on Monday 23rd February 2026 at 10:00am - please see Specification document for further details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD Q4A1b - Enrolment in a trade register.
Economic operators are required to advise of any enrolment in a relevant trade register.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Q4B1a:
Economic operators are required to state turnover for the last one (1) financial years.
Mandatory criteria: Turnover for each year stated must be at least 1 times the estimated contract value.
Evidence: Copies of audited accounts or equivalent for the number of years stated.
SPD Q4B5b:
Economic operators are required to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of Employer's (Compulsory) Liability Insurance cover indicated GBP 5M.
SPD 4B5c:
Economic operators are required to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of Public Liability Insurance cover indicated GBP 10M.
SPD Q4B6:
Economic operators are required to provide Current Ratio (Liquidity Ratio) Total current assets divided by total current liabilities and confirm the acceptable range of >0.99.
Economic operators are required to provide Net Profit Margin of the Company (net profits divided by revenue x100) and confirm the acceptable range of >0 (i.e. positive) or higher.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Q4C1.2:
Using the '11. SPD Q4C1.2 Template' document provided.
Bidders must provide a minimum of two (2) examples that demonstrate they have the relevant experience to deliver the services described in the Public Contracts Scotland Notice and Specification. Examples must be from within the last three (3) years. In addition, please submit references for each example used.
SPD 4C10:
Economic operators must specify the proportion of the contract that they intend to subcontract within the Mandatory Requirements table provided.
Where the economic operator is relying on other parties to deliver this contract this must be declared within the Single Procurement Document (SPD).
For example as part of a consortium or is using a sub-contractor, a separate SPD response will be required from each party being relied on.
These parties should complete the exclusion criteria section of the SPD and whichever selection questions, the main economic operator is relying on them for.
This must include evidence and completion of any requested documents against each section.
If the economic operator is using a sub-contractor but not relying on them to meet the selection criteria, each sub-contractor should complete an SPD response.
In this instance, they will only need to complete the exclusion criteria.
The responses will be evaluated alongside the main economic operator SPD response.
Where a party fails on exclusion criteria, the main economic operator must replace them.
By sub-contracting, the main economic operator assumes full responsibility for any work conducted by the subcontractor as part of this contract and must ensure that the said sub-contractor(s) adhere to all contractual requirements within the Tender documentation.
Where the successful contractor has not relied on other parties to deliver this contract but due to unforeseen circumstance there is a future need to, then the Board will require a written notice for approval.
Proposed subcontractors will be required to follow this same process as mentioned above to be deemed suitable.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2026
Local time
5:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 March 2026
Local time
9:00am
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
Bidders must note that a Mandatory Site Visit will take place at NHS Golden Jubilee site on Monday 23rd February 2026 at 10:00am - please see Specification document for further details.
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=823694.
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.
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:
Community Benefits Question has been included within the Quality Weighting.
(SC Ref:823694)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=823694
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QR
Telephone
+44 1389763266
Country
United Kingdom