Tender

Supply and Delivery of Glass for Double and Single Glazed Units

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

03 Feb 2026 at 00:00

Summary of the contracting process

South Lanarkshire Council is undertaking an open procurement process for the "Supply and Delivery of Glass for Double and Single Glazed Units" for its housing and technical resources. This tender will address the maintenance, repair, and replacement of glazing for the council's extensive housing stock of 26,000 units. The procurement involves various glass types, including Float Glass, Toughened Glass, and Pyrodur Glass, with a contract value estimated at £680,191.29. The procurement process is currently at the tender stage, with a submission deadline set for 3rd March 2026, at which point bids will be formally opened. The contract term spans three years, with potential for a three-year extension, offering a significant ongoing opportunity for suppliers based in South Lanarkshire, specifically within the region denoted as UKM95.

This tender presents an excellent business opportunity for suppliers in the glass industry, especially those experienced in high-volume order fulfilment, given the requirement for delivery within five working days and emergency fulfilment within 48 hours. It is ideally suited for businesses capable of meeting stringent technical requirements and who can provide evidence of similar contracts managed effectively in the past. Suppliers with robust delivery capabilities and comprehensive insurance coverage will find the tender particularly appealing. Moreover, the bid evaluation emphasises both technical quality and competitive pricing under the Most Economically Advantageous Tender (MEAT) criteria. This scenario makes it a rewarding prospect for businesses aiming to expand their public sector portfolio while contributing towards community benefits as part of the contractual deliverables.

How relevant is this notice?

Notice Information

Notice Title

Supply and Delivery of Glass for Double and Single Glazed Units

Notice Description

South Lanarkshire, Housing and Technical Resources, Building Services have a requirement to appoint a suitable single source supplier for Supply and Delivery of Glass for Double and Single Glazed Units to meet the ongoing in-house operational requirements to maintain, repair and replace glazing across the Council's 26,000 strong housing stock portfolio. A mandatory requirement of this contract is to provide a Service Delivery Model which is available Monday to Friday, 5 days per week, 52 weeks per year. The suppler must be in a position to supply all types of glass required for all property types as follows: Float Glass Toughened Glass Laminated Glass Patterned Glass Georgian Wired Glass Pyrodur Glass A core requirement of the contract is the ability of the supplier to fulfil a significant volume of orders. Purchase Orders will be placed on a daily basis and delivery will be required within 5 working days. Delivery may be required for emergencies and delivery will be required within 48 hours of purchase order

Lot Information

Lot 1

The tender opportunity will be an Open Tendering Procedure and will be awarded on the most economically advantageous tender (MEAT) criteria which enables the Council to take account of criteria that reflect qualitative, technical aspects of the tender submission as well as price when reaching an award decision. The Council has adopted a sequential opening process for any tender exercise conducted as per the following PCS-T Envelopes: The bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. The bidders will then be required to complete a Technical response based on technical specific questions related to the project. The technical element carries an overall weighting of 30%. The bidders will then be required to complete Commercial response. The commercial element carries an overall weighting of 70%. As part of the tender evaluation process the Council will then request evidence from the recommended bidder identified as having the highest MEAT prior to award. The form of contract will be South Lanarkshire Councils Standard Terms and Conditions for Supplies.

Renewal: The Council have the option to extend for up to 36 months

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000818868
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548621
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
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
£680,191 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20261 weeks ago
Submission Deadline
3 Mar 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
The Council estimate that a further notice will be published 12 months prior to the conclusion of this contract.

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
kirsty stewart
Contact Email
kirsty.stewart2@southlanarkshire.gov.uk
Contact Phone
+44 1698454793

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548621
    Supply and Delivery of Glass for Double and Single Glazed Units - South Lanarkshire, Housing and Technical Resources, Building Services have a requirement to appoint a suitable single source supplier for Supply and Delivery of Glass for Double and Single Glazed Units to meet the ongoing in-house operational requirements to maintain, repair and replace glazing across the Council's 26,000 strong housing stock portfolio. A mandatory requirement of this contract is to provide a Service Delivery Model which is available Monday to Friday, 5 days per week, 52 weeks per year. The suppler must be in a position to supply all types of glass required for all property types as follows: Float Glass Toughened Glass Laminated Glass Patterned Glass Georgian Wired Glass Pyrodur Glass A core requirement of the contract is the ability of the supplier to fulfil a significant volume of orders. Purchase Orders will be placed on a daily basis and delivery will be required within 5 working days. Delivery may be required for emergencies and delivery will be required within 48 hours of purchase order

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-r6ebe6-0000818868-2026-02-03T00:00:00Z",
    "date": "2026-02-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000818868",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-21",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "kirsty stewart",
                "email": "Kirsty.stewart2@southlanarkshire.gov.uk",
                "telephone": "+44 1698454793",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-22",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamiltoncivil@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-21"
    },
    "tender": {
        "id": "SLC/HT/24/015",
        "title": "Supply and Delivery of Glass for Double and Single Glazed Units",
        "description": "South Lanarkshire, Housing and Technical Resources, Building Services have a requirement to appoint a suitable single source supplier for Supply and Delivery of Glass for Double and Single Glazed Units to meet the ongoing in-house operational requirements to maintain, repair and replace glazing across the Council's 26,000 strong housing stock portfolio. A mandatory requirement of this contract is to provide a Service Delivery Model which is available Monday to Friday, 5 days per week, 52 weeks per year. The suppler must be in a position to supply all types of glass required for all property types as follows: Float Glass Toughened Glass Laminated Glass Patterned Glass Georgian Wired Glass Pyrodur Glass A core requirement of the contract is the ability of the supplier to fulfil a significant volume of orders. Purchase Orders will be placed on a daily basis and delivery will be required within 5 working days. Delivery may be required for emergencies and delivery will be required within 48 hours of purchase order",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "14820000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 680191.29,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2026-03-03T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-03-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB548621",
                "documentType": "contractNotice",
                "title": "Supply and Delivery of Glass for Double and Single Glazed Units",
                "description": "South Lanarkshire, Housing and Technical Resources, Building Services have a requirement to appoint a suitable single source supplier for Supply and Delivery of Glass for Double and Single Glazed Units to meet the ongoing in-house operational requirements to maintain, repair and replace glazing across the Council's 26,000 strong housing stock portfolio. A mandatory requirement of this contract is to provide a Service Delivery Model which is available Monday to Friday, 5 days per week, 52 weeks per year. The suppler must be in a position to supply all types of glass required for all property types as follows: Float Glass Toughened Glass Laminated Glass Patterned Glass Georgian Wired Glass Pyrodur Glass A core requirement of the contract is the ability of the supplier to fulfil a significant volume of orders. Purchase Orders will be placed on a daily basis and delivery will be required within 5 working days. Delivery may be required for emergencies and delivery will be required within 48 hours of purchase order",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548621",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The tender opportunity will be an Open Tendering Procedure and will be awarded on the most economically advantageous tender (MEAT) criteria which enables the Council to take account of criteria that reflect qualitative, technical aspects of the tender submission as well as price when reaching an award decision. The Council has adopted a sequential opening process for any tender exercise conducted as per the following PCS-T Envelopes: The bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. The bidders will then be required to complete a Technical response based on technical specific questions related to the project. The technical element carries an overall weighting of 30%. The bidders will then be required to complete Commercial response. The commercial element carries an overall weighting of 70%. As part of the tender evaluation process the Council will then request evidence from the recommended bidder identified as having the highest MEAT prior to award. The form of contract will be South Lanarkshire Councils Standard Terms and Conditions for Supplies.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council have the option to extend for up to 36 months"
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2026-03-03T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. SPD Question 4A.1 - Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "minimum": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio. Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio. Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: - Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. - Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
                },
                {
                    "type": "technical",
                    "minimum": "SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies that are the subject matter of this tender, relevant examples are to be provided of supplies undertaken by the bidder in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific contract, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. SPD Question 4C.10 Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. SPD Question 4C.11.1 Technical and Professional Ability (Samples Certificates of Authenticity) - The bidder must confirm that they will provide certificates of authenticity where required."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-09-01T00:00:00Z"
            }
        },
        "classification": {
            "id": "14820000",
            "scheme": "CPV"
        },
        "reviewDetails": "Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk",
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Council estimate that a further notice will be published 12 months prior to the conclusion of this contract."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2025/S 000-003609"
        }
    ],
    "description": "Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Question 2D.1 Prompt Payment Certificate SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Questions 3A1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol with Police Scotland Form SPD Question 3A.6 Modern Slavery Act 2015 Declaration SPD Question 3D.11 Non-Collusion Certificate SPD Question 4B.5 Insurance Certificates Good Vehicles Operators Licence. - Employers Liability Insurance 10,000,000 GBP - Public Liability Insurance 5,000,000 GBP The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28655. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: The Council will require the successful contractor to agree, that as part of the delivery of the works they will assist in transforming the local community through delivery of community benefits. For the purposes of this contract, community benefits shall be those community benefits offered by the Contractor in their submission and accepted by the Council on issue of the letter of award. The Council has calculated that a minimum total of 80 community benefit points which must be delivered under this contract. Bidders should review document entitled \"SLC Community Benefits Menu\" (Attachment 4) which provides a number of different types of Community Benefits. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28655. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Under this agreement bidders will be required to actively participate in the achievement of Community Benefits. A menu of the expected Community Benefits has been provided within the attachment area/technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid. The Council has calculated that the minimum total of 80 community benefit points which must be delivered under this project. (SC Ref:818868)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818868"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}