Tender

SUPPLY AND DELIVERY OF TGUs, DGUs AND GLASS ASSOCIATED PRODUCTS

CITY BUILDING (GLASGOW) LLP

This public procurement record has 2 releases in its history.

Tender

26 Nov 2025 at 00:00

Planning

22 Nov 2024 at 00:00

Summary of the contracting process

City Building (Glasgow) LLP has initiated a public procurement process for the supply and delivery of Toughened Glas Units (TGUs), Double Glas Units (DGUs), and associated glass products. This planned procurement, identified by CBG199, falls under the industry category of construction and maintenance. The procurement stage is currently in the planning phase, and interested parties should note a future notice date of 24 February 2025. The organisation, located in Glasgow (UKM82), is looking to meet the fluctuating demands of its clients through this procurement. Delivery locations include the RSBi Window Factory on Edgefauld Avenue and potentially other sites within the Greater Glasgow Area. Key requirements include a quick turnaround for glass panel uplift and SBD accreditation for bidders.

This tender represents a significant opportunity for businesses specialising in glass manufacturing, supply, and delivery. Companies with facilities that can quickly accommodate orders and provide speedy delivery to various sites in Glasgow are well-suited for this contract. The requirement for standard and bespoke glazed units cut to size and the need for emergency response capabilities offer potential for businesses to expand their service offerings and market presence. The diverse nature of the requirements, including delivery logistics and quick response times, makes this an attractive contract for experienced suppliers in the construction and glass manufacturing industries.

How relevant is this notice?

Notice Information

Notice Title

SUPPLY AND DELIVERY OF TGUs, DGUs AND GLASS ASSOCIATED PRODUCTS

Notice Description

City Building (Glasgow) LLP requires to procure the Supply and Delivery of TGUs, DGUs and Glass Associated Products to enable it to meet the fluctuating demands of existing, new, and future clients'/work streams.

Lot Information

Lot 1

City Building Glasgow requires Glass Products to be delivered to our RSBi Window Factory based at RSBi, Unit 7 Edgefauld Avenue and various sites throughout the Greater Glasgow Area. We will also require Glaziers to uplift glass panels several times a week due to restrictions with storage. This may involve same day uplift of TGUs, DGUs and Glass Associated Products. Bidders must therefore have facilities available to City Building to accommodate this ensuring a quick turnaround from notification of order to uplift by CBG. This can happen several times a week and CBG are unable to accurately forecast the exact dimension/ products. The Glass products required by this tender will be used for new build homes and various projects throughout greater Glasgow. There will also be an element of repairs for current properties, schools and care homes. All of our glazing is required to be cut from "K-Glass" or "Low Emissivity Glass". The glass is required to be pre-cut on delivery / collection as stated within the schedules. Glaziers will be required to collect both Low Emissivity Glass and Sheet Glass from either the bidder's premises or distribution centres several times a week for ad-hoc repairs. Delivery - All supplies to be loaded and delivered on size appropriate glass handing stillages - City Building would request to retain the loaded stillages on each delivery these will in turn be collected once all sheets have been provided to appropriate projects and divisions. - All supplies delivered with protective pads, Contract number, window number, unit dimensions, weight & makeup of the unit (type of glass, spacer colour etc) - Supplies which have been damaged in transit are required to be replaced within a maximum of two working days. - Standard Delivery times should be within a week, bidders are required to communicate with CBG staff and Glaziers about forward planning for larger orders and working towards dates for various repairs. - In terms of any large project requirements delivery timescales will be subject to the quantities required and this will be discussed with the project manager at the offset of the order. - Maintenance requirements - fast-track service required in order for CBG to meet Client expectations and KPI's. In this instance a 5 day turnaround is desired. Service The vast amount of supplies will be required to be delivered in bulk to a central location being - RSBi Window Factory, Atlas Industrial Estate, Unit 7, Edgefauld Road, Springburn, Glasgow, G21 4UR. CBG and RSBi will liaise with the successful bidder to establish an efficient system in terms of administration and ensure the effective flow of documentation in respect of order and invoice processing. The successful bidder will meet with the relevant City Building staff each month (or at periods determined by City Building) at City Buildings premises to discuss the overall performance of the contract. Once an order has been received the successful bidder will acknowledge the order form and confirm correct sizing and coding with CBG. Orders Stating Contract Number, Requirements, Purchase Order Number and Delivery Date are emailed to supplier by City Building. City Building will offer as much forward notice as possible of impending changes to quantities. It should be noted that quantities stated on the tender documents, are in every respect, based on our clients projected requirements at the time of issue and may be increased, decreased or suspended at any time throughout the term of the contractual period without invalidating the contract. CBG are unable to accurately forecast the exact dimensions including requirement for products. Figures provided within the upcoming tender documentation will be based on historic figures.

Renewal: The term of the contract will be 2 years with options to extend by 24 months (1 year + 1 Year)

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000767514
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544307
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

14 - Mining, basic metals and related products


CPV Codes

14820000 - Glass

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Nov 20251 weeks ago
Submission Deadline
20 Jan 20262 months to go
Future Notice Date
24 Feb 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Estimated timing for further notices to be published: Contract is for 2 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2029 or 2030 depending on what extension options are chosen.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CITY BUILDING (GLASGOW) LLP
Contact Name
Nicola Dollan
Contact Email
nicola.dollan@citybuildingglasgow.co.uk
Contact Phone
+44 1412872205

Buyer Location

Locality
GLASGOW
Postcode
G21 4BA
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Springburn/Robroyston
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

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-r6ebe6-0000767514-2025-11-26T00:00:00Z",
    "date": "2025-11-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000767514",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-6",
            "name": "City Building (Glasgow) LLP",
            "identifier": {
                "legalName": "City Building (Glasgow) LLP"
            },
            "address": {
                "streetAddress": "350 Darnick Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G21 4BA"
            },
            "contactPoint": {
                "name": "Nicola Dollan",
                "email": "nicola.dollan@citybuildingglasgow.co.uk",
                "telephone": "+44 1412872205",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Construction",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "A subsiduary company of 2 public bodies",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Maintenance, construction & Manufacturing",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.citybuildingglasgow.co.uk"
            }
        },
        {
            "id": "org-10",
            "name": "City Building (Glasgow) LLP",
            "identifier": {
                "legalName": "City Building (Glasgow) LLP"
            },
            "address": {
                "streetAddress": "350 Darnick Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G21 4BA"
            },
            "contactPoint": {
                "name": "Nicola Dollan",
                "email": "nicola.dollan@citybuildingglasgow.co.uk",
                "telephone": "+44 1412872205",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "A subsidiary of two Public Bodies",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Maintenance, Construction and Manufacturing",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.citybuildingglasgow.co.uk"
            }
        },
        {
            "id": "org-11",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "City Building (Glasgow) LLP",
        "id": "org-10"
    },
    "planning": {
        "documents": [
            {
                "id": "NOV518914",
                "documentType": "plannedProcurementNotice",
                "title": "SUPPLY AND DELIVERY OF TGUs, DGUs AND GLASS ASSOCIATED PRODUCTS",
                "description": "City Building (Glasgow) LLP requires to procure the Supply and Delivery of TGUs, DGUs and Glass Associated Products to enable it to meet the fluctuating demands of existing, new, and future clients'/work streams.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV518914",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CBG199",
        "title": "SUPPLY AND DELIVERY OF TGUs, DGUs AND GLASS ASSOCIATED PRODUCTS",
        "description": "City Building (Glasgow) LLP requires to procure the Supply and Delivery of TGUs, DGUs and Glass Associated Products to enable it to meet the fluctuating demands of existing, new, and future clients'/work streams.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "14820000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "description": "City Building Glasgow requires Glass Products to be delivered to our RSBi Window Factory based at RSBi, Unit 7 Edgefauld Avenue and various sites throughout the Greater Glasgow Area. We will also require Glaziers to uplift glass panels several times a week due to restrictions with storage. This may involve same day uplift of TGUs, DGUs and Glass Associated Products. Bidders must therefore have facilities available to City Building to accommodate this ensuring a quick turnaround from notification of order to uplift by CBG. This can happen several times a week and CBG are unable to accurately forecast the exact dimension/ products. The Glass products required by this tender will be used for new build homes and various projects throughout greater Glasgow. There will also be an element of repairs for current properties, schools and care homes. All of our glazing is required to be cut from \"K-Glass\" or \"Low Emissivity Glass\". The glass is required to be pre-cut on delivery / collection as stated within the schedules. Glaziers will be required to collect both Low Emissivity Glass and Sheet Glass from either the bidder's premises or distribution centres several times a week for ad-hoc repairs. Delivery - All supplies to be loaded and delivered on size appropriate glass handing stillages - City Building would request to retain the loaded stillages on each delivery these will in turn be collected once all sheets have been provided to appropriate projects and divisions. - All supplies delivered with protective pads, Contract number, window number, unit dimensions, weight & makeup of the unit (type of glass, spacer colour etc) - Supplies which have been damaged in transit are required to be replaced within a maximum of two working days. - Standard Delivery times should be within a week, bidders are required to communicate with CBG staff and Glaziers about forward planning for larger orders and working towards dates for various repairs. - In terms of any large project requirements delivery timescales will be subject to the quantities required and this will be discussed with the project manager at the offset of the order. - Maintenance requirements - fast-track service required in order for CBG to meet Client expectations and KPI's. In this instance a 5 day turnaround is desired. Service The vast amount of supplies will be required to be delivered in bulk to a central location being - RSBi Window Factory, Atlas Industrial Estate, Unit 7, Edgefauld Road, Springburn, Glasgow, G21 4UR. CBG and RSBi will liaise with the successful bidder to establish an efficient system in terms of administration and ensure the effective flow of documentation in respect of order and invoice processing. The successful bidder will meet with the relevant City Building staff each month (or at periods determined by City Building) at City Buildings premises to discuss the overall performance of the contract. Once an order has been received the successful bidder will acknowledge the order form and confirm correct sizing and coding with CBG. Orders Stating Contract Number, Requirements, Purchase Order Number and Delivery Date are emailed to supplier by City Building. City Building will offer as much forward notice as possible of impending changes to quantities. It should be noted that quantities stated on the tender documents, are in every respect, based on our clients projected requirements at the time of issue and may be increased, decreased or suspended at any time throughout the term of the contractual period without invalidating the contract. CBG are unable to accurately forecast the exact dimensions including requirement for products. Figures provided within the upcoming tender documentation will be based on historic figures.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The term of the contract will be 2 years with options to extend by 24 months (1 year + 1 Year)"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-02-24T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "14820000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-01-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV544307",
                "documentType": "contractNotice",
                "title": "SUPPLY AND DELIVERY OF TGUs, DGUs AND GLASS ASSOCIATED PRODUCTS",
                "description": "City Building (Glasgow) LLP requires to procure the Supply and Delivery of TGUs, DGUs and Glass Associated Products to enable it to meet the fluctuating demands of existing, new, and future clients'/work streams.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544307",
                "format": "text/html"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2026-01-21T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Bidders should clearly understand that during the course of the contract your performance will be monitored. CBG shall continually monitor and assess the Contractor's performance of the contract to ensure that CBG are receiving a satisfactory standard of service and best value throughout the duration of this Contract Agreement all in terms of the following: The bidder acknowledges: - That the supply of the Goods and Services will be monitored by CBG's performance monitoring compliance nominated officer (or his authorised depute). - That they will be required to provide such assistance as is required by CBG's performance monitoring compliance officer (or his authorised depute) in relation to all monitoring and evaluation activities; - That all information provided to CBG's performance monitoring compliance officer (or his authorised depute) for the purposes of the monitoring and evaluation of the contract will not be regarded as confidential."
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts accounts with Companies House Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. City Building (Glasgow) LLP reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing",
                    "minimum": "Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Motor Insurance The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988."
                },
                {
                    "type": "technical",
                    "description": "SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY] CBG's guidance for this question is detailed below- Provide two relevant examples from within the last five years that demonstrate your organisation has the relevant and necessary skills, expertise, and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to - 1. an overview of the contract including customer name, contract start and completion date and contract value. 2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in dealing with a contract the same or similar in scope and complexity to the CBG's requirements. Your response to this question should not exceed, for each example, 2 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams. Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. Weighting The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 50 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage. Minimum level(s) of standards required: Bidders must score a minimum of 50% in total for question 4C.1.2 question. Any Bidder who fails to achieve the minimum points score will be disqualified. Selection Criteria (Quality 30%) Service - 35% Delivery - 60% Fair Workplace Practices - 5% Full details will be in the tender documents.",
                    "minimum": "Compulsory - Standard delivery required within a week and/or timelines agreed at offset of order. - Representative available on sight within 2/3 hours in emergency situations - TG, DG and SG units cut to size All Glass and Glass products must conform to all current and relevant legislation. To include but not limited to - Glass Type Standard Annealed Float and Textured Glass - EN 572-9 Coated Glass - EN 1096-4 Silvered Glass - EN 1036-2 Laminated - EN 14449-2 Toughened - EN 12150-2 Toughened and Heatsoaked - EN 14179-2 Heatstrengthened - EN 1863 Fire Glass - EN 572-3 / EN 572-9 / EN 14449-2 Bidders should note that if a flawed or damaged item arrives on site CBG require a representative from the successful organisation to be on site within 2 hours to assess the damage in order to organise a prompt replacement."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "reviewDetails": "City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made, inform all bidders and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 \"the Regulations\"). CityBuilding(Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract unless the proceedings are determined,discontinued or disposed of; or the court,by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "Estimated timing for further notices to be published: Contract is for 2 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2029 or 2030 depending on what extension options are chosen."
        }
    },
    "language": "EN",
    "description": "Freedom of Information Act - Information on the FOI act is contained in the tender documents Insurance Mandate - Bidders will be asked to sign and return an Insurance Mandate that authorises CBG to request copies of insurance documents from the bidders insurance provider, should the bidder be successful Non Collusion - Bidders will be required to complete the Non Collusion Certificate contained within the tender documents. Additional information relevant to this contract opportunity can be found in the tender documents and SPD guidance documents The buyer is using PCS-Tender to conduct this tender exercise. The Project code is 21814. Fair Work First - This will be scored as 5% in the evaluation. Full details are in the ITT. Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or documents outlined SPD Bidder's guidance document. Environmental The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR Those documents outlined in the SPD Bidder's guidance document. H&S Has your organisation been convicted of breaching health and safety legislation, or had any enforcement notices served upon it by Health and Safety Executive (or equivalent body) in the past three years? Further details on H&S are included in the SPD bidder's guidance document. Please note CBG will request copies of certificates and any other information as detailed below via a Request for Documentation on PCS-T. The term of the contract will be two years with options to extend by 2 x 12 months. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21814. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which to be determined by CBG, acting reasonably. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21814. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Bidders must commit to paying 0.5% of the annual income derived from this contract with City Building to Community Benefits the detail of which to be determined by City Building, acting reasonably, following constructive discussions with the successful bidder. The Contracting Authority is committed to maximising community benefits from procurement activity. (SC Ref:786753)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767514"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767514"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-037894"
        }
    ]
}