Construction Contract Leads
Scotland
Category Goods
Type Tender
No. of Lots 1
Status Active
Published 18th Mar 2026
| Reference | ocds-h6vhtk-066d68 |
| Common Procurement Vocabulary | Building materials |
| Procurement Method | Open procedure |
| Value | £3,428,584 |
Scotland
Category Goods
Type Tender
No. of Lots 1
Status Active
Published 18th Mar 2026
| Reference | ocds-h6vhtk-066d68 |
| Common Procurement Vocabulary | Building materials |
| Procurement Method | Open procedure |
| Value | £3,428,584 |
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
caileen.connell [at] ggc.scot.nhs.uk
Telephone
+44 1412015388
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
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
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
GGC1014 Building Materials
II.1.2) Main CPV code
- 44111000 - Building materials
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Greater Glasgow & Clyde Health Board (hereafter referred to as ‘The Board’) routinely procure a wide range of building materials required to support ongoing maintenance and repair activities across NHSGGC sites.
The Tenderer(s) shall be required to supply building materials, key goods include routine maintenance materials, planned project materials, and items required for unplanned or urgent works.
The chosen procurement approach is an open process that will establish a ranked framework, with a mini‑competition threshold set at GBP3500. This threshold was informed by a Pareto analysis, which showed that most spend with current building‑material suppliers falls within GBP3500 range.
For orders up to GBP3500, Direct Call‑Offs may be placed with the awarded supplier. For orders above GBP3500, a mini‑competition will be carried out among all framework suppliers to ensure best value.
II.1.5) Estimated total value
Value excluding VAT: £3,428,584
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 44111000 - Building materials
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
NHS Greater Glasgow and Clyde sites.
II.2.4) Description of the procurement
NHS Greater Glasgow and Clyde are seeking to establish a Framework Agreement for the Supply of Building Materials to support the delivery of the activities outlined below. This Framework Agreement will include, but will not be limited to:
Provision of a wide range of building materials to support maintenance, repair, and minor works across NHSGGC sites and health centres;
Ensuring consistent product quality, availability, and delivery performance across all locations;
Supporting both reactive and planned maintenance activities through reliable and timely supply;
Maintaining compliance with relevant health, safety, and environmental standards;
Monitoring supplier performance against agreed service levels to ensure best value and operational reliability;
Annual spend is estimated around GBP85714.6, for a four year contract spend would be estimated at GBP342858.4.
Operating within a ranked framework structure, with a mini-competition threshold set at GBP3500, reflecting that the majority of building material orders fall within this range.
II.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 40%
Quality criterion - Name: Price/Weighting / Weighting: 60%
Price - Weighting: 60%
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
The contract will run for an initial 12 month period with fixed pricing, after which any price increases will be no higher than CPI. Following the first year, supplier performance will be reviewed; those meeting required service levels may receive a further two year extension, with an additional optional 12 month extension available.
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: 5
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 April 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
20 April 2026
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
Estimated Total Value: The estimated total value of this framework agreement is GBP342858.4 over a maximum duration of 4 years (including any extensions).
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:
The Scottish Model of Procurement aims to secure the maximum economic benefit from the GBP10 billion spent by the public sector on goods and services each year, through an approach that balances the business friendly and the socially responsible.
The Public Procurement Reform Programme delivers value that goes beyond savings and benefits – improving supplier access to public contracts, particularly for SMEs; maximising efficiency and collaboration; and placing the local, social and economic aspects of sustainability at the heart of the purchasing process.
The Procurement Reform (Scotland) Act 2014 established a national legislative framework for sustainable public procurement that supports Scotland’s economic growth through improved procurement practice – and requires public bodies to consider how their procurement activity can improve the economic, social and environmental wellbeing of the authority’s area.
It also specifically requires public bodies to consider imposing community benefit requirements as part of a major contract; these might relate to, for example, employment opportunities or to sub-contracting opportunities.
The NHS GGC Mandatory Question is detailed in the specification document under the mandatory section.
(SC Ref:818245)
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
