Award

Small Works Framework

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 2 releases in its history.

Award

10 Jun 2022 at 00:00

Tender

20 May 2019 at 00:00

Summary of the contracting process

The NHS Greater Glasgow and Clyde has initiated a procurement process for a "Small Works Framework" aimed at multi-trade works valued up to £50K. This framework is intended to cover various projects within its operational area, specifically through five geographical lots: Glasgow North, Glasgow South, Inverclyde, Renfrewshire, and West Dunbartonshire, with estimated annual spend values ranging from £4,200 to £743,000. This procurement process, classified under the works category, is currently in the award stage. The tender period concluded on 26 June 2019, under a selective procurement method and restricted procedure.

This tender presents substantial opportunities for businesses specialising in multi-trade services, particularly those with capabilities in construction, maintenance, and repair works, relevant to both clinical and non-clinical environments. Entities with relevant experience and qualifications, especially in areas requiring specialist subcontractor compliance, will find this contract particularly advantageous. Furthermore, the emphasis on community benefits within the contracting requirements means that businesses committed to targeted recruitment and training initiatives can play a vital role in fulfilling the procurement objectives of NHS Greater Glasgow and Clyde.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Small Works Framework

Notice Description

The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value

Lot Information

Lot 1 - Glasgow North

The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 1 - 743K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GDP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification

Renewal: 2 x 12 month extension option

Lot 3 - Inverclyde

The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 3 - 96K GBP(Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification

Renewal: 2 x 12 month options

Lot 2 - Glasgow South

The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 2 - 694K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification

Renewal: 2 x 12 month options

Lot 4 - Renfrewshire

The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 4 - 217K GBP(Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification

Renewal: 2 x 12 month options

Lot 5 - West Dunbartonshire

The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 5 - 4.2K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification

Renewal: 2 x 12 month options

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000577362
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451011
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45210000 - Building construction work

71315000 - Building services

Notice Value(s)

Tender Value
£7,020,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jun 20223 years ago
Submission Deadline
26 Jun 2019Expired
Future Notice Date
Not specified
Award Date
10 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS GREATER GLASGOW AND CLYDE
Contact Name
Not specified
Contact Email
john.sweeney@ggc.scot.nhs.uk, sarah.cockram@ggc.scot.nhs.uk
Contact Phone
+44 1412118794, +44 1412784782

Buyer Location

Locality
GLASGOW
Postcode
G4 0SF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley Northwest
Westminster Constituency
Paisley and Renfrewshire North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY354861
    Small Works Framework - The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451011
    Small Works Framework - The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000577362-2022-06-10T00:00:00Z",
    "date": "2022-06-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000577362",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-21",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0SF"
            },
            "contactPoint": {
                "email": "Sarah.Cockram@ggc.scot.nhs.uk",
                "telephone": "+44 1412118794",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsggc.org.uk/"
            }
        },
        {
            "id": "org-158",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Westward House, 15-17 St James Street",
                "locality": "Paisley",
                "region": "UKM82",
                "postalCode": "PA3 2HL"
            },
            "contactPoint": {
                "email": "John.sweeney@ggc.scot.nhs.uk",
                "telephone": "+44 1412784782",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsggc.org.uk/"
            }
        },
        {
            "id": "org-13",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Calton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://www.wheatley-group.com"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Greater Glasgow and Clyde",
        "id": "org-158"
    },
    "tender": {
        "id": "GGC0569",
        "title": "Small Works Framework",
        "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "value": {
            "amount": 7020000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-06-26T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY354861",
                "documentType": "contractNotice",
                "title": "Small Works Framework",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY354861",
                "format": "text/html"
            },
            {
                "id": "JUN451011",
                "documentType": "awardNotice",
                "title": "Small Works Framework",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover NHS Greater Glasgow & Clyde. The Small Works framework will cover works up to 50K GBP in value where there is a requirement to utilise more than one trade on that particular job. This will be a first generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trades frameworks. The framework will allow for both reactive and planned works. The tender will be split into 5 geographical Lots, including Partnerships, as follows: Lot 1- Glasgow North - 743,000 GBP (approx annual spend) Lot 2- Glasgow South - 694,000 GBP (approx annual spend) Lot 3- Inverclyde - 96,000 GBP (approx annual spend) Lot 4- Renfrewshire - 217,000 GBP (approx annual spend) Lot 5- West Dunbartonshire - 4,200 (approx annual spend) NOTE TO BIDDERS: The approximate annual spend values are from 2018 - 2019 and this is only an indication not a confirmed a contract value",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451011",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Glasgow North",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 1 - 743K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GDP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month extension option"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Inverclyde",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 3 - 96K GBP(Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month options"
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Glasgow South",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 2 - 694K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month options"
                }
            },
            {
                "id": "4",
                "title": "Lot 4 - Renfrewshire",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 4 - 217K GBP(Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month options"
                }
            },
            {
                "id": "5",
                "title": "Lot 5 - West Dunbartonshire",
                "description": "The provision of a small works (up to 50K GBP, multi-trade) framework to cover Lot 5 - 4.2K GBP (Estimated value per annum) The Small Works framework will cover works up to 50K GBP in value in both clinical (HAIscribe knowledge will be required) and out with clinical areas where there is a requirement to utilise more than one trade on a particular job. This will be a first-generation framework as there is currently no such framework in place. Any single trade works will still be covered by existing trade frameworks. The framework will allow for both reactive and planned works. The works may include, but not limited to, and contractors will be expected to carry out the following types of activities: Site investigation Track excavation Making safe and boarding up (e.g. broken windows, doors, sanitary items, doors) Brick work, block work and concreting Drainage excavation, investigation and cleaning blockages (internal & external) Guttering, soffits and bargeboards cleaning and repair Exterior building cleaning (e.g. canopies) Roofing repairs including tiling - e.g. slates & pantiles and flat roof works Plaster works including roughcasting / rendering Internal wall and ceiling works & repairs Metal works Small demolition works Building internal & external renovations, alterations & repairs Road and path repairs tarring Fencing Laying slabs Mono-blocking Ceilings & Suspended Ceiling Systems Fitted Storage Units and Work surfaces Cubicle Track, Curtain Track and Blinds Any other task as deemed appropriate. Works may also include Alterations and Minor Installations to Building Services as part of Small Works Framework: The Contractor Must Only use Approved Qualified Specialist Sub-Contractors , including but not limited to Gas Safe, 18th Addition, Legionella Awareness Accredited Training (or equivalent) and Asbestos Awareness Training and produced on request by the Estates Department. Power and Lighting Floor coverings Heating, Cooling and Ventilation Gas (natural) Hot and Cold Water Supply Waste, Soil and Rainwater Automatic Fire Detection Nurse Call Intruder Alarms Access Control CCTV Commissioning, Testing and Certification",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month options"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-07-10T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "With reference to ESPD question 4B.6 - NHS GG&C will use its financial evaluation matrix which can be uploaded from the attachments area on PCST to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a minimum Score of 50 and above will be deemed to have evidenced satisfactory financial stability. Failure to meet the minimum requirement score will result in a non-compliant tender and may be rejected. Failure to meet the minimum requirement score will result in a non-compliant tender and may not be taken to invitation to tender stage. Minimum level(s) of standards required: With reference to ESPD question section 1.75 Part 4B please answer the following - With Reference to 4B.5.1 - The Contractor must have Employers Liability Insurance and hold a policy providing as a minimum GBP 5 million of cover. With Reference to 4B.5.2 - The Contractor must have Public Liability Insurance and hold a policy providing as a minimum GBP 5 million of cover. With Reference to 4B.5.2 - The Contractor must have Professional Indemnity Insurance and hold a policy providing as a minimum GBP 10 million of cover.",
                    "minimum": "Electricity At Work Regulations 1989 IET Wiring Regulations BS7671 SHTM Electrical Services 06-01 SHTM Low Voltage Systems 06-02 SHTM High Voltage Systems 06-03 The Control of Legionella refer to www.legionellacontrol.org.uk SHTM 04-01 Water safety for healthcare premises. Part A: Design installation and testing SHTM 04-01 Water safety for healthcare premises. Part B: Operational Management Control of Asbestos Regulations (CAR) Adherence to HAI Scribe Keyholding/access responsibilities - confidentiality and GDPR CDM Regulations 2007 Health and Safety At Work Act 1974"
                },
                {
                    "type": "technical",
                    "description": "With reference to ESPD Question 4C.1 The Bidder is required to provide either examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the five years. Bidders must provide details of four instances of the organisation's experience; with two of the examples including HAI scribe as describe in the Contract Notice. If the bidder cannot provide any HAI Scribe examples, please explain why and how you would provide works where HAI Scribe is necessary. In addition, please attach referees for the examples used in this question. If Bidder's do not provide four examples of experience or references, or the list of Contracts and referees, this will be a non-compliant request to participate and the submission will excluded from participation in the tender. This is a scored question with a weighting of 50% With reference to ESPD Question 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications including: CSCS Registration (or equivalent) SELECT Registered (or equivalent) Legionella Awareness Accredited Training (or equivalent) Asbestos Awareness Training Bidders are also required to provide details and organigram of 'All' the proposed staff including Management Team and Supervisors, who would be deployed on this contract. Proposed staff must have all the necessary training, certificates, CSCS card and qualifications. Bidders are required to provide documentary evidence of appropriate training, certificates, CSCS card copy of both sides (PDF) and qualifications on request prior to contract award. Failure to provide evidence of appropriate training, certificates and qualifications will result in your submission being deemed as non-compliant. This is a scored question with a weighting of 30% With reference to ESPD Question 4C.9 Please provide details of the relevant tools, plant or technical equipment available to you in relation to this procurement exercise using the examples given in Question 4C.1. This is a scored question with a weighting of 20%",
                    "minimum": "With Reference to 4D.1 Quality Management & Health and Safety Procedures With Reference to 4D.2.1 Environmental Management NOTE TO BIDDERS: Please refer to information sheet found in the Supplier Area of the PCST."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "classification": {
            "id": "45210000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:696517)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577362"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577362"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GGC0569",
            "title": "Lot 5 - West Dunbartonshire",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "5"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 098-236495"
        }
    ]
}