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
Telephone
+44 1412015388
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Supply and Delivery of Ironmongery Products
Reference number
GGC0909
two.1.2) Main CPV code
- 44316000 - Ironmongery
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Greater Glasgow & Clyde (hereafter referred to as ‘The Board’) seeks to establish a framework agreement with a maximum of six (6) qualified suppliers in line with Public Contracts Scotland 2015 for the supply and delivery of Ironmongery Products and Ironmongery Sundries across its sites.
This framework will allow The Board to efficiently manage a range of suppliers, ensuring continuity of supply, competitive pricing, and high service standards. Suppliers selected to join the framework will be expected to provide a reliable, cost-effective, and high-quality service, while meeting The Boards demand for various Ironmongery and Sundries items.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44316000 - Ironmongery
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (hereafter referred to as ‘The Board’) seeks to establish a framework agreement with a maximum of six (6) qualified suppliers in line with Public Contracts Scotland 2015 for the supply and delivery of Ironmongery Products and Ironmongery Sundries across its sites.
This framework will allow The Board to efficiently manage a range of suppliers, ensuring continuity of supply, competitive pricing, and high service standards. Suppliers selected to join the framework will be expected to provide a reliable, cost-effective, and high-quality service, while meeting The Boards demand for various Ironmongery and Sundries items.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
1 x 24 + 1 x 12 months renewals
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
Open 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
16 June 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 June 2025
Local time
12:00pm
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=798495.
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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Framework Participants are requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
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 suppliers 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 suppliers 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.
(SC Ref:798495)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798495
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom