Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Construction and Trades Sub Contractor Framework

  • First published: 19 August 2022
  • Last modified: 19 August 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-02e2ac
Published by:
City Building (Glasgow) LLP
Authority ID:
AA20910
Publication date:
19 August 2022
Deadline date:
03 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Works involved within this Lot may include (but not limited to the following):

Reinforced Structural Concrete.

Formwork.

Insitu Concrete.

Reinforcement.

Formwork

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City Building (Glasgow) LLP

350 Darnick Street

Glasgow

G21 4BA

UK

Telephone: +44 1412872112

E-mail: ross.hocknull@citybuildingglasgow.co.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.citybuildingglasgow.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002

I.1) Name and addresses

City Building(Contracts) LLP

Glasgow

UK

E-mail: ross.hocknull@citybuildingglasgow.co.uk

NUTS: UK

Internet address(es)

Main address: www.citybuildingglasgow.co.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Other: A subsidiary of two Public Bodies

I.5) Main activity

Other: Maintenance, Construction and Manufacturing

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Construction and Trades Sub Contractor Framework

Reference number: CBG178

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Establishment of a multi-lot framework agreement for the provision of construction and trades-related disciplines.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Groundworks

II.2.2) Additional CPV code(s)

45111230

45111240

45111250

45000000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt and Dumfries and Galloway

II.2.4) Description of the procurement

Works specific to this Lot may include (but not limited to) the following:

Bulk Earthworks

General groundworks

Foundations

Drainage installations

Tar Works

Landscaping

Concrete works

Specialist foundation solutions

Retaining Walls

External Works

II.2.5) Award criteria

Criteria below:

Quality criterion: quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date 2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Ground Improvements

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Cast in place concrete piling

Preformed concrete piling

Steel piling

Underpinning

Grouting

Remediation

Soil stabilisation

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Structural Steelwork

II.2.2) Additional CPV code(s)

45223210

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Structural steel framing

Structural aluminium framing

Isolated structural metal members

General metalwork

All steelwork manufactured must be to ISO3834 standard & carry the CE mark

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Blacksmith / Metalwork

II.2.2) Additional CPV code(s)

45262670

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Architectural Fencing and Gates.

Weldmesh Fencing and Gates.

Specialist Metalworks.

Balustrades, handrails etc

Metal access ramps

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Insitu Concrete Works

II.2.2) Additional CPV code(s)

45262300

45262330

45262350

45262310

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Reinforced Structural Concrete.

Formwork.

Insitu Concrete.

Reinforcement.

Formwork

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Building Management Services

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

BMS design, supply, install, commission -

Building Management Systems.

Electronic Control Systems.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Precast Concrete

II.2.2) Additional CPV code(s)

45262300

45262310

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Structural Reinforced Concrete.

Concrete Flooring Systems.

Precast slabs, precast stairs, precast wall panels

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Timber Erection Kit

II.2.2) Additional CPV code(s)

44230000

45420000

44112430

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Carpentry/Timber framing.

First Fixing.

Prefabricated timber unit decking.

Timber Kit Erection

Timber infill panels

Roof trusses

Floor Joists

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Environmental Works

II.2.2) Additional CPV code(s)

45262640

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Timber fencing.

Timber gates.

Timber hoarding.

Soft Landscaping etc

Hard Landscaping etc

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Brickwork / Blockwork / Builderwork

II.2.2) Additional CPV code(s)

45262521

45262522

45262500

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Brick/Block walling.

Glass block walling.

Masonry Work.

Lintels.

General builders work

Slappings etc

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Stone Masonry

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfires & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Natural stone rubble walling.

Natural stone ashlar walling/dressings.

Cast stone walling/dressings.

Stone repairs

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Fire Protection

II.2.2) Additional CPV code(s)

51700000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Intumescent painting.

Insulating sheets/quilts/boards.

Fire proofing partitions/ wall and floor penetrations

Bidders must provide evidence of FIRAS Accreditation

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

Fire Sprinkler Systems

II.2.2) Additional CPV code(s)

45343230

44115500

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Sprinkler Pipework.

Sprinkler Tanks.

Life safety systems

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026.

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

Dry Risers

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Dry Risers

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

Mechanical and Electrical Works

II.2.2) Additional CPV code(s)

45330000

45232141

45331210

45310000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Plumbing

Heating

Ventilation

Gas Installations

Sanitaryware

BMS

Trace Heating

Air Conditioning

Electrical installations

Power

Data

IT

Bidders must provide evidence of NICEIC or SELECT

Bidders must provide evidence of GAS SAFE

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

Traditional Roofing

II.2.2) Additional CPV code(s)

45261420

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Clay/concrete roof tiling.

Fibre cement slating.

Natural slating.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 17

II.2.1) Title

Specialist Roof Coverings

II.2.2) Additional CPV code(s)

45260000

45261200

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Felt roof coverings.

Single layer plastic roof coverings.

Proprietary roof coverings.

Metal Roofing

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 18

II.2.1) Title

Lightning Protection

II.2.2) Additional CPV code(s)

45312310

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Lightning Protection Systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 19

II.2.1) Title

External Cladding

II.2.2) Additional CPV code(s)

45262650

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Patent glazing.

Plastics profiled sheet cladding.

Structural glass assemblies.

Rigid sheet cladding.

Timber weatherboarding.

Metal profiled sheet cladding.

Natural stone cladding.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 20

II.2.1) Title

Plasterwork

II.2.2) Additional CPV code(s)

45410000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Plastering.

Specialist Plastering Works.

Ames Taping

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 21

II.2.1) Title

Ames Taping & Painting

II.2.2) Additional CPV code(s)

45442100

45442180

45451000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

General Decoration Works.

Internal and External Painting.

Ames taping.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 22

II.2.1) Title

Suspended Ceilings

II.2.2) Additional CPV code(s)

45421146

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Suspended ceilings.

General ceiling installations

Miscellaneous joinery works

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 23

II.2.1) Title

Electrical Work - Domestic/Residential

II.2.2) Additional CPV code(s)

45311100

45311000

45310000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Domestic Electrical Installations/Upgrades.

Re-Wiring.

Maintenance.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 24

II.2.1) Title

Electrical Work Commercial

II.2.2) Additional CPV code(s)

45310000

45311000

45311100

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Commercial Electrical Installations.

Standard Wire Armour.

Containment.

Lighting and Power Systems.

Bidders must provide evidence NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 25

II.2.1) Title

Heating and Plumbing Work

II.2.2) Additional CPV code(s)

45331000

45331100

45330000

45332200

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Rainwater pipework/gutters.

Foul drainage above ground.

Pipelines & ancillaries.

Boiler Installations.

Sanitaryware.

Water Services.

Heating Services.

Bidders must provide evidence of GAS SAFE

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 26

II.2.1) Title

Heating and Plumbing Insulation

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfires & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Pipeline insulation.

Ductline insulation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 27

II.2.1) Title

Core Cutting

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Core Cutting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 28

II.2.1) Title

Mastic Pointing

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Internal sealants.

External sealants.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 29

II.2.1) Title

Curtain Walling

II.2.2) Additional CPV code(s)

45262650

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Curtain walling.

Rainscreen Cladding.

Cladding Systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 30

II.2.1) Title

Glazing Work

II.2.2) Additional CPV code(s)

45441000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

General Glazing.

Manifestations to glazing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 31

II.2.1) Title

Solar PV

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Solar PV Works & Associated Electrical Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 32

II.2.1) Title

Air Source Pumps

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Air Source Heat Pumps & Associated Systems (i.e. Underfloor heating etc)

Bidders must provide evidence of Micro generation Certification Scheme

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 33

II.2.1) Title

Other Micro Renewables

II.2.2) Additional CPV code(s)

09300000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Biomass Installations.

Wind Energy Installations.

Hydro Energy Installations.

Air Source Heat Pumps

Electric charging points

Ground source heat pumps

MVHR

Solar Thermal

Battery storage

Bidders must provide evidence of Microgeneration Certification Scheme (MCS) or equivalent

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 34

II.2.1) Title

Ceramic Tiling

II.2.2) Additional CPV code(s)

45431000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Stone tiling.

Concrete tiling.

Quarry tiling.

Ceramic tiling.

Terrazzo tiling/in situ terrazzo.

Mosaic tiling.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 35

II.2.1) Title

Carpet & Vinyl Floor Finishes

II.2.2) Additional CPV code(s)

39531400

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Vinyl flooring.

Carpet tiling.

Edge fixed carpeting.

Rubber/Plastics/Cork/Lino sheeting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 36

II.2.1) Title

Joinery

II.2.2) Additional CPV code(s)

44220000

45420000

45421000

45421140

45421150

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

General Joinery works

Plaster boarding

Metal framed partitions & ceilings

Timber partitions

Internal doors

External doors and windows

Internal Staircases

Kitchen Installations

IPS toilet cubicles

Ironmongery

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 37

II.2.1) Title

Curtains and Blinds

II.2.2) Additional CPV code(s)

39515100

39515400

45421145

45421143

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Curtains.

Blinds.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 38

II.2.1) Title

Timber Floor Finishes

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Timber board flooring/sheating/linings/casings.

Timber narrow strip flooring/linings.

Wood block/composition block/parquet flooring.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 39

II.2.1) Title

TV Systems

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Ariel Installations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 40

II.2.1) Title

IT / Communications Installations

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Data Cabling.

IT hub Installations.

Secondary Electrical Containment

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 41

II.2.1) Title

Structural Metal Decking

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfires & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Metal profiled sheet decking.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 42

II.2.1) Title

Roller Shutter Doors

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Roller Shutters.

Electrical Controls.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 43

II.2.1) Title

Soft Play Surfacing & Equipment

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Playpark Equipment.

Soft Play Surfacing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 44

II.2.1) Title

Asbestos Removal

II.2.2) Additional CPV code(s)

45262660

45210000

45000000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Asbestos Removal.

Asbestos Encapsulation.

Bidders must provide evidence of Licence with Asbestos Licensing Unit (ALU)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 45

II.2.1) Title

Scaffolding

II.2.2) Additional CPV code(s)

44212310

44212317

45262100

45262110

45262120

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Scaffolding Installations.

Tube & Fitting Scaffolding

Single/ Double Scaffolding

Cantilever/ Suspended Scaffolding

Scaffolding Design Services

All of the above can be within fast reactive Repairs and Maintenance, within External Refurbs and within Construction Works

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 46

II.2.1) Title

Lift Installation

II.2.2) Additional CPV code(s)

42416100

45313100

45313000

42416400

45313200

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland, Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Lifts.

Escalators.

Specialist moving platforms.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 47

II.2.1) Title

Mechanical Works

II.2.2) Additional CPV code(s)

45350000

45351000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Plumbing

Heating

Ventilation

Gas Installations

Sanitaryware

BMS

Trace Heating

Air Conditioning

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 48

II.2.1) Title

Artificial Pitch Works

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Artificial sportsground surfaces.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 49

II.2.1) Title

Air Conditioning

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Air Conditioning Systems.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 50

II.2.1) Title

Commercial Catering Equipment

II.2.2) Additional CPV code(s)

39310000

50883000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Commercial Kitchen Installations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 51

II.2.1) Title

Rot Works

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Dry Rot Works

Wet Rot Works.

Woodworm Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 52

II.2.1) Title

Specialist Adaptations

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Bathroom Adaptions.

Access Adaptions.

Kitchen Adaptions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 53

II.2.1) Title

Concrete Repair Works

II.2.2) Additional CPV code(s)

45262330

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Concrete Repair Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 54

II.2.1) Title

Flues / Chimney Works

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Flues

Chimneys

Flue Lining

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 55

II.2.1) Title

Lead Work

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Lead Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 56

II.2.1) Title

Screeding Works

II.2.2) Additional CPV code(s)

45262320

45262321

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Dry Screeding.

Wet Screeding.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 57

II.2.1) Title

Specialist / Bespoke Joinery

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Specialist Joinery Works.

Bespoke Joinery Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 58

II.2.1) Title

Public Address & Sound Systems

II.2.2) Additional CPV code(s)

48952000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Public Address Systems.

Sound Systems.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 59

II.2.1) Title

Stage Lighting

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Stage Lighting Systems.

Bidders must provide evidence NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 60

II.2.1) Title

Induction Loop

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Induction Loop Systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 61

II.2.1) Title

Ventilation

II.2.2) Additional CPV code(s)

45331210

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

General air ductlines & ancillaries.

Bidders must provide evidence of Gas Safe

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 62

II.2.1) Title

Heating & Ventilation

II.2.2) Additional CPV code(s)

45331000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Heating Installations.

Ventilation Installations.

Bidders must provide evidence of NICEIC or SELECT

Bidders must provide evidence of Gas Safe

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 63

II.2.1) Title

Smoke Ventilation & Actuators

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Smoke Ventilation Installations and Control Systems.

AoV’s Installations and Control Systems.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 64

II.2.1) Title

Underfloor Heating

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Underfloor Heating Installations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 65

II.2.1) Title

Trace Heating

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Trace Heating Installations.

Bidders must provide evidence of NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 66

II.2.1) Title

Integrated Plumbing Systems

II.2.2) Additional CPV code(s)

42933100

42968200

44411000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries and Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Adjustable Steel Frame Installation.

Decorative Removable Panel Installation.

Sanitaryware Installation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 67

II.2.1) Title

Commissioning

II.2.2) Additional CPV code(s)

50721000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Plumbing & Heating Commissioning works

Bidders must provide evidence of Gas Safe

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 68

II.2.1) Title

Ground Investigation Works

II.2.2) Additional CPV code(s)

45111250

71510000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Site Investigation Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 69

II.2.1) Title

Multi Utility Installations

II.2.2) Additional CPV code(s)

39370000

45310000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Gas Installations.

Water Installations.

Sewer Installations.

Electrical Installations.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 70

II.2.1) Title

Cleaning Works/Pest Control

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Internal Cleaning.

Façade Cleaning.

Environmental clean.

Pest control.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 71

II.2.1) Title

Demolition Work

II.2.2) Additional CPV code(s)

45111100

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Demolition Works.

Bidders must provide evidence of National Federation of Demolition Contractors or Equivalent

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 72

II.2.1) Title

Alarms Installation including Fire, Intruder, Access and CCTV

II.2.2) Additional CPV code(s)

31625000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Fire Alarms.

Intruder Alarms.

Disabled Refuge Alarms.

Disabled Toilet Alarms.

Door Entry Systems.

CCTV Systems.

Bidders must provide evidence of

BAFE SP203-1 – Fire Alarm Design

NSI Gold – For Fire Systems

NSI Nacoss Gold – For Security Systems

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 73

II.2.1) Title

Multi Trade Works (Internal Core Trades)

II.2.2) Additional CPV code(s)

45421000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries and Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Joinery Works.

Mechanical Works.

Electrical Works.

Builder Works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 74

II.2.1) Title

Controlled Entry Installations

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfires & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Full Installation of Controlled Entry Systems including Pac token systems, Key systems & wireless systems

Installation, where required, of door sets to reflect client’s demands

Repair & maintenance of existing Systems including, door panels, control panels, handsets and wiring.

Bidders must provide evidence NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 75

II.2.1) Title

External Render Works

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Plastered coatings.

Rendered coatings.

Roughcast coatings.

Resin bound mineral coatings.

Specialist waterproof rendering.

Insulation with rendered finish.

Sprayed mineral fibre coatings.

Metal mesh lathing/Anchored reinforcement for plastered coating.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 76

II.2.1) Title

Gas Servicing

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway.

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Gas Fire Servicing.

Boiler Servicing.

Bidders must provide evidence of Gas Safe

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 77

II.2.1) Title

Gas Installation

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Domestic Gas Pipework Installations.

Commercial Gas Pipework Installations.

Gas Boiler Installations

Central Heating Installations

Bidders must provide evidence of Gas Safe

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 78

II.2.1) Title

Building Management Systems (BMS) - Installation Only

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

BMS (Building Management Services) - installation only. All other elements will be carried out by City Building's internal BMS team.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 79

II.2.1) Title

Electrical Charging Points

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Installation of Electrical vehicle charging points and associated works

Maintenance of Electrical Vehicle charging points and associated works.

Bidders must be approved NICEIC or SELECT

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 80

II.2.1) Title

Drain Cleaning and Repairs/Chute Cleaning

II.2.2) Additional CPV code(s)

45000000

45210000

33141640

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Minor drainage repairs including civil works.

Drain cleaning.

Chute cleaning to multi-storey properties

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that up to ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 81

II.2.1) Title

Swimming Pool Preventative Maintenance and Repairs

II.2.2) Additional CPV code(s)

45000000

45210000

43324100

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Pool tiling where pool is full.

Repair to pool plant.

Maintenance to pool filters and associated works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 82

II.2.1) Title

Steeplejack Services

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Rope and Harness work for building de-weeding.

Rope and Harness work for repairs for stonework.

Rope and harness repairs to traditional and non-traditional roofs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

t is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 83

II.2.1) Title

Specialist Ironmongery Repairs and Locksmiths

II.2.2) Additional CPV code(s)

45000000

45210000

45421160

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Repairs to traditional and non-traditional windows and doors including sourcing parts etc.

Locksmiths services to include call-outs where required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 84

II.2.1) Title

Emerging Renewable Technology Including Retro-Fit

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Internal insulation systems (Walls/ Floors/ Roofs etc)

Passivhaus Informed Technologies including, but not limited to:

Specialist Timber Construction

Cross Laminated Timber Construction

Triple Glazing

Air Tightness methodologies

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 85

II.2.1) Title

Domestic Ventilation Installation (PAS2035 STANDARD)

II.2.2) Additional CPV code(s)

45000000

45210000

45331000

45331210

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Ventilation Assessments

Purge ventilation

Background ventilation

Intermittent Extract Ventilation systems/ Extractor Fans

Associated works (ie. door undercutting etc)

Retrofit Designing

Retrofit Assessments

Retrofit Coordination

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 86

II.2.1) Title

External Wall Insulation

II.2.2) Additional CPV code(s)

45210000

45000000

45320000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Insulating solid external walls

Insulating cavity external walls

Render/ Cladding/ Tiled/ Brick Slip finishes

All associated finishings, membranes, sealants

Design of new systems (and associated statutory consents/funding applications)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 87

II.2.1) Title

Internal Wall and Floor Insulation

II.2.2) Additional CPV code(s)

45000000

45210000

45320000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Insulating existing walls

Insulating existing floors/ ceilings

Erection of new partitions

All associated works (removing all internal/ external fittings)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 88

II.2.1) Title

Battery Storage

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Solar Battery Storage Systems

Battery Energy Storage Systems (BESS) – Solar/ Wind etc

Compressed Air Energy Storage

Mechanical Gravity Energy Storage

Flow Batteries

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026.

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 89

II.2.1) Title

Elevated Working Platforms

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow, Central Belt of Scotland and Dumfries & Galloway

II.2.4) Description of the procurement

Works involved within this Lot may include (but not limited to the following):

Fixed elevated working platforms to facilitate investment works in multi-storey properties such as window renewal and cladding works.

Temporary access cradles to facilitate short-term repair works on multi-storey properties.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Anticipated renewal 48 months from award. Anticipated date

2025/2026

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

Envisaged number of candidates: 790

Objective criteria for choosing the limited number of candidates:

It is anticipated that upto ten contractors will be appointed to a panel of contractors for each Lot. It is anticipated that the 10 highest scoring Bidders, having met the minimum criteria, will be invited to tender.

Where there is a tie for 10th place, those Bidders will also be shortlisted and invited to tender

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

To assess Bidders financial standing CBG will run Experian Credit Reports in respect of limited companies in order to assess the Bidders commercial stability

Companies which do not have limited company status should provide the latest 2 individual years of full accounts (i.e., not abbreviated), which have been independently examined / audited.

Bidders’ financial status will be assessed on the state of their Net Current Assets, Cash Holdings will also play a large part in determining the Company’s financial status as will the profitability trends. CBG reserves the right to call upon further information in respect of Bidders financial status if it is deemed to be required. We may also request a form of security including but not limited to a parent company guarantee Further information will be called upon at CBG’s absolute and sole discretion.

Bidders must note that should your organisation be appointed to the Framework. CBG may request further or updated Financial Information or form of security at any time throughout the life of the framework and in particular before the award of any mini competition, this may also include without limitation a parent company guarantee, performance bond or Letter of Comfort from the Bidders bank.

CBG reserves the right, at its own discretion, to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder’s economic and financial standing.


Minimum level(s) of standards required:

Bidders must hold or commit to obtain prior to the commencement of the contract if successful the following insurances –

Employer’s Liability Insurance -The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.

Public Liability Insurance -The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. This policy should cover the removal and disposal of asbestos.

Products Insurance -The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.

Other Insurance

The Contractor may be asked to provide other insurance types on a project-by-project basis if successful in a mini competition that requires such other insurance.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

List and description of selection criteria:-

Question Reference Description

4C1.1 SPD Questions

For public works contracts only, please provide relevant examples of works carried out in the past five years as specified in the Contract Notice

CBG’s guidance for this question is detailed below-

Provide three relevant examples from within the last five years that demonstrate your organisation has the relevant and necessary skills, expertise, and experience to deliver the service required by CBG.

For each relevant example the following information should be provided but is not limited to –

1. an overview of the contract including customer name, contract start and completion date and contract value.

2. a description for each example of the scope of the requirement and works/service provided by you demonstrating experience in the lot applied for the same or similar in scope to CBG’s requirement.

Your response to this question (which includes point 1 and 2) should not exceed, for each example, 2 x A4 sides, as formatted in the Bidders Technical Response Document, this page count includes all text (Arial font 11), photographs, figures, and diagrams.

Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum.

4C.3 Please provide details of the technical facilities and measures for ensuring quality and the study and research facilities used:

Typical responses may include, but not limited to:

Details of the systems, processes and people employed within the organisation to ensure the quality of service and workmanship provided by the organisation meet the requirements of CBG, our clients and end users.

Your response to this question should not exceed 1 x A4 page.

4C.4 Please provide a statement of the relevant supply chain management and/or tracking systems used.

Typical responses may include, but not limited to:

Systems to manage supply chain costs, programmes, quality, health and safety etc.

Processes – Programmes, subcontractor vetting, cost management, regulatory compliance etc

People – may include buyers, procurement officers, surveyors, operational managers, clerk of works, financial controllers etc.

Your response to this question should not exceed 1 x A4 page.

4C.8.1 Please provide details of the average annual manpower for the last three years:

Year, average annual manpower:

Year 1: [Year],[number],

Year 2: [Year],[number],

Year 3: [Year],[number

For information only. This question will not be scored.

Your response to this question should not exceed 1 x A4 page.

4C.8.2 Please provide details of the number of managerial staff for the last three years:

Year 1: [Year],[number],

Year 2: [Year],[number],

Year 3: [Year],[number].

For information only. This question will not be scored.

Your response to this question should not exceed 1 x A4 page

4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.

Responses should detail all of the relevant tools/ plant or technical equipment available to the bidder relative to this Lot.

This may include small power tools, large plant, temporary lighting, access equipment, vans, offices, machinery, computer systems etc.

Your response to this question should not exceed 1 x A4 page


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 790

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-023353

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

Date: 03/10/2022

Local time: 12:00

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

Date: 16/01/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This framework may be issued again in 2026 at City Building(Glasgow) LLP's absolute and sole discretion

VI.3) Additional information

Health and Safety will be assessed on a PASS/FAIL basis - Bidders must hold ISO18001/ISO450001, or lot specific SSIP or comply with all questions in the Health and Safety Questionnaire.

Environmental will be assessed on a PASS/FAIL basis - Bidders must hold ISO14001 or comply with all questions in the Environmental Questionnaire.

Quality will be assessed on a PASS/FAIL basis - Bidders must hold ISO 9001 or comply with all questions in the Quality Questionnaire.

Freedom of Information Act - Information on the FOI act is contained in the tender documents

Insurance Mandate - Bidders will be asked to sign and return an Insurance Mandate that authorises CBG to request copies of insurance documents from the bidders insurance provider, should the bidder be successful

Non Collusion - Bidders will be required to complete the Non Collusion Certificate contained within the tender documents.

Additional information relevant to this Framework opportunity can be found in the tender documents and SPD guidance documents

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19186. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 will be detailed and evaluated at ITT Stage.

City Building(Glasgow) LLP reserves the right to further request Community Benefits at mini competition stage on a proportionate and reasonable basis. The criteria will be based on a project by project basis and may be requested during the life of the framework agreement.

(SC Ref:659301)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

PO Box 23 , 1 Carlton Place

Glasgow

G5 9DA

UK

E-mail: glasgow@scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 “the Regulations”). City Building(Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract unless the proceedings are determined,discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailedin the Regulations. Economic Operators can write to City Building (Glasgow) LLP seeking further clarification onthe notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should bemindful to seek their own independent legal advice when they consider appropriate to do so.

VI.5) Date of dispatch of this notice

18/08/2022

Coding

Commodity categories

ID Title Parent category
45262660 Asbestos-removal work Special trade construction works other than roof works
39515400 Blinds Curtains, drapes, valances and textile blinds
44230000 Builders carpentry Structural products
44220000 Builders joinery Structural products
45210000 Building construction work Works for complete or part construction and civil engineering work
31625000 Burglar and fire alarms Sound or visual signalling apparatus
39531400 Carpeting Carpets
39310000 Catering equipment Miscellaneous equipment
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45262650 Cladding works Special trade construction works other than roof works
50721000 Commissioning of heating installations Repair and maintenance services of central heating
45262330 Concrete repair work Special trade construction works other than roof works
45262300 Concrete work Special trade construction works other than roof works
45000000 Construction work Construction and Real Estate
39515100 Curtains Curtains, drapes, valances and textile blinds
45451000 Decoration work Other building completion work
45111100 Demolition work Demolition, site preparation and clearance work
33141640 Drain Disposable non-chemical medical consumables and haematological consumables
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
45262640 Environmental improvement works Special trade construction works other than roof works
43324100 Equipment for swimming pools Drainage equipment
45313200 Escalator installation work Lift and escalator installation work
42416400 Escalators Lifts, skip hoists, hoists, escalators and moving walkways
45262521 Facing brickwork Special trade construction works other than roof works
45262321 Floor-screed works Special trade construction works other than roof works
45441000 Glazing work Painting and glazing work
45111250 Ground investigation work Demolition, site preparation and clearance work
45111240 Ground-drainage work Demolition, site preparation and clearance work
45111230 Ground-stabilisation work Demolition, site preparation and clearance work
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45421140 Installation of metal joinery except doors and windows Joinery work
45421146 Installation of suspended ceilings Joinery work
51700000 Installation services of fire protection equipment Installation services (except software)
45421143 Installation work of blinds Joinery work
45421145 Installation work of roller blinds Joinery work
45320000 Insulation work Building installation work
45421160 Ironmongery work Joinery work
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
45313000 Lift and escalator installation work Electrical installation work
45313100 Lift installation work Lift and escalator installation work
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
45312310 Lightning-protection works Alarm system and antenna installation work
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
45351000 Mechanical engineering installation works Mechanical installations
45350000 Mechanical installations Building installation work
45262670 Metalworking Special trade construction works other than roof works
45421150 Non-metal joinery installation work Joinery work
45442100 Painting work Application work of protective coatings
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
48952000 Public address systems Boat-location and public address system
45262310 Reinforced-concrete work Special trade construction works other than roof works
45442180 Repainting work Application work of protective coatings
50883000 Repair and maintenance services of catering equipment Repair and maintenance services of hotel and restaurant equipment
44112430 Roof trusses Miscellaneous building structures
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45261200 Roof-covering and roof-painting work Erection and related works of roof frames and coverings
42968200 Sanitary dispensing machines Dispensers
42933100 Sanitary vending machines Vending machines
44411000 Sanitary ware Articles for the bathroom and kitchen
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262110 Scaffolding dismantling work Special trade construction works other than roof works
45262120 Scaffolding erection work Special trade construction works other than roof works
44212317 Scaffolding structures Structural products and parts except prefabricated buildings
45262100 Scaffolding work Special trade construction works other than roof works
45262320 Screed works Special trade construction works other than roof works
71510000 Site-investigation services Construction-related services
44115500 Sprinkler systems Building fittings
45343230 Sprinkler systems installation work Fire-prevention installation works
45223210 Structural steelworks Structures construction work
45431000 Tiling work Floor and wall covering work
45262350 Unreinforced-concrete work Special trade construction works other than roof works
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work
39370000 Water installations Miscellaneous equipment
45332200 Water plumbing work Plumbing and drain-laying work
45261420 Waterproofing work Erection and related works of roof frames and coverings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ross.hocknull@citybuildingglasgow.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.