ºÚÁÏÉç

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Goods

Type Tender

No. of Lots 1

Status Active

Published 18th Mar 2026

Tender Details
Referenceocds-h6vhtk-066d68
Common Procurement VocabularyBuilding materials
Procurement MethodOpen procedure
Value£3,428,584
« Previous Page

Scotland

Category Goods

Type Tender

No. of Lots 1

Status Active

Published 18th Mar 2026

Tender Details
Referenceocds-h6vhtk-066d68
Common Procurement VocabularyBuilding materials
Procurement MethodOpen 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

Email

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

Internet address