ÐßÐßÊÓÆµ

Construction Tenders

12 August 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 15th May 2025

Tender Details
Referenceocds-h6vhtk-051415
Common Procurement VocabularyIronmongery
Procurement MethodOpen procedure
Value£1,400,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 15th May 2025

Tender Details
Referenceocds-h6vhtk-051415
Common Procurement VocabularyIronmongery
Procurement MethodOpen procedure
Value£1,400,000

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

Contact

Scott McAninch

Email

scott.mcaninch [at] nhs.scot

Telephone

+44 1412015388

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

Buyer's address

I.2) Information about 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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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 - Ironmongery

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44316000 - Ironmongery

II.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM8 - West Central Scotland

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

Quality criterion - Name: 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.2.10) 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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about the 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 June 2025

Local time

5:00pm

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

English

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 June 2025

Local time

12:00pm


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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

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:

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address