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

General Builders Framework

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e7d2
Published by:
NHS Greater Glasgow and Clyde
Authority ID:
AA20840
Publication date:
26 March 2025
Deadline date:
02 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

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

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

UK

Contact person: Scott McAninch

Telephone: +44 1412015366

E-mail: scott.mcaninch@ggc.scot.nhs.uk

NUTS: UKM82

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

General Builders Framework

Reference number: GGC0700/25

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

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

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

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

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

South Sector

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

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

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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quaity / Weighting: 60

Price / Weighting:  40

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Optional 1x12 + 1x12 months

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

Objective criteria for choosing the limited number of candidates:

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

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

North Sector

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

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

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

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

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

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

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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 60

Price / Weighting:  40

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Optional 1x12 + 1x12 months

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

Objective criteria for choosing the limited number of candidates:

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

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

Clyde Sector

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

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

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

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

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

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

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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 60

Price / Weighting:  40

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Optional 1x12 + 1x12 months

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

Objective criteria for choosing the limited number of candidates:

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

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

Partnerships / HSCP

II.2.2) Additional CPV code(s)

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

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

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

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

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

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

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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 60

Price / Weighting:  40

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Optional 1x12 + 1x12 months

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

Objective criteria for choosing the limited number of candidates:

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

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

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section 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: 6

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 02/04/2025

Local time: 12:00

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

Date: 23/04/2025

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

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

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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

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

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

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

It is not a requirement to add a sub clause.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

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

For further information please visit NHSS Community Benefit Gateway .

(SC Ref:791434)

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

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

Internet address(es)

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

VI.5) Date of dispatch of this notice

25/02/2025

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate

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:
scott.mcaninch@ggc.scot.nhs.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.