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 1412015388
E-mail: scott.mcaninch@nhs.scot
NUTS: UKM8
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publiccontractsscotland.gov.uk/
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
Supply and Delivery of Ironmongery Products
Reference number: GGC0909
II.1.2) Main CPV code
44316000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Greater Glasgow & Clyde (hereafter referred to as ‘The Board’) seeks to establish a framework agreement with a maximum of six (6) qualified suppliers in line with Public Contracts Scotland 2015 for the supply and delivery of Ironmongery Products and Ironmongery Sundries across its sites.
This framework will allow The Board to efficiently manage a range of suppliers, ensuring continuity of supply, competitive pricing, and high service standards. Suppliers selected to join the framework will be expected to provide a reliable, cost-effective, and high-quality service, while meeting The Boards demand for various Ironmongery and Sundries items.
II.1.5) Estimated total value
Value excluding VAT:
1 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
44316000
II.2.3) Place of performance
NUTS code:
UKM81
UKM82
UKM83
UKM8
II.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (hereafter referred to as ‘The Board’) seeks to establish a framework agreement with a maximum of six (6) qualified suppliers in line with Public Contracts Scotland 2015 for the supply and delivery of Ironmongery Products and Ironmongery Sundries across its sites.
This framework will allow The Board to efficiently manage a range of suppliers, ensuring continuity of supply, competitive pricing, and high service standards. Suppliers selected to join the framework will be expected to provide a reliable, cost-effective, and high-quality service, while meeting The Boards demand for various Ironmongery and Sundries items.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
1 x 24 + 1 x 12 months renewals
II.2.9) Information about the limits on the number of candidates to be invited
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
Open 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:
16/06/2025
Local time: 17:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/06/2025
Local time: 12:00
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=798495.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Framework Participants are requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
(SC Ref:798495)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798495
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
15/05/2025