← Back to opportunities

Supply and Delivery of Glass for Double and Single Glazed Units

South Lanarkshire Council

Buyer Contact Info

Buyer Name: South Lanarkshire Council

Buyer Address: Council Headquarters, Almada Street, Almada Street, Hamilton, UKM95, ML3 0AA, United Kingdom

Contact Name: Diane Hunter

Contact Email: diane.hunter@southlanarkshire.gov.uk

Status
active
Procedure
open
Value
680191.29 GBP
Published
03 Feb 2026, 10:26
Deadline
03 Mar 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
14820000 - Glass
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 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.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Technical

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-129427",
    "name": "South Lanarkshire Council"
  },
  "date": "2026-02-03T10:26:34Z",
  "description": "Declarations and Certificates\nIn 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.\nAll certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.\nSPD Question 2D.1 Prompt Payment Certificate\nSPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration\nSPD Questions 3A1 to 3A.8 Serious and Organised Crime \u2013 Information Sharing Protocol with Police Scotland Form\nSPD Question 3A.6 Modern Slavery Act 2015 Declaration\nSPD Question 3D.11 Non-Collusion Certificate\nSPD Question 4B.5 Insurance Certificates\nGood Vehicles Operators Licence.\n- Employers Liability Insurance 10,000,000 GBP\n- Public Liability Insurance 5,000,000 GBP\nThe \u2018Form of Offer to Tender\u2019 must be completed and uploaded within the relevant question in the Commercial Envelope.\nFailure 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.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28655. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nThe 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.\nFor 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.\nThe Council has calculated that a minimum total of 80 community benefit points which must be delivered under this contract.\nBidders should review document entitled \"SLC Community Benefits Menu\" (Attachment 4) which provides a number of different types of Community Benefits.\nThe 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\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nUnder 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.\n(SC Ref:818868)",
  "id": "009320-2026",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818868",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-04db64",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Hamilton",
        "postalCode": "ML3 0AA",
        "region": "UKM95",
        "streetAddress": "Council Headquarters, Almada Street, Almada Street"
      },
      "contactPoint": {
        "email": "diane.hunter@southlanarkshire.gov.uk",
        "name": "Diane Hunter",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.southlanarkshire.gov.uk"
      },
      "id": "GB-FTS-129427",
      "identifier": {
        "legalName": "South Lanarkshire Council"
      },
      "name": "South Lanarkshire Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Hamilton",
        "postalCode": "ML3 0BT",
        "streetAddress": "Sheriff Court House, 4 Beckford Street"
      },
      "contactPoint": {
        "email": "hamiltoncivil@scotcourts.gov.uk",
        "telephone": "+44 1698282957"
      },
      "id": "GB-FTS-4311",
      "identifier": {
        "legalName": "Hamilton Sheriff Court"
      },
      "name": "Hamilton Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-03-03T12:00:00Z"
    },
    "bidOpening": {
      "date": "2026-03-03T12:00:00Z"
    },
    "classification": {
      "description": "Glass",
      "id": "14820000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "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\u0027s 26,000 strong housing stock portfolio.\nA 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.\nThe suppler must be in a position to supply all types of glass required for all property types as follows:\nFloat Glass\nToughened Glass\nLaminated Glass\nPatterned Glass\nGeorgian Wired Glass\nPyrodur Glass\nA core requirement of the contract is the ability of the supplier to fulfil a significant volume of orders.\nPurchase 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",
    "hasRecurrence": true,
    "id": "SLC/HT/24/015",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Glass",
            "id": "14820000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM95"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "30",
              "name": "Technical",
              "type": "quality"
            },
            {
              "description": "70",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "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.\nThe Council has adopted a sequential opening process for any tender exercise conducted as per the following PCS-T Envelopes:\nThe 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.\nThe 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%.\nThe bidders will then be required to complete Commercial response. The commercial element carries an overall weighting of 70%.\nAs 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.\nThe form of contract will be South Lanarkshire Councils Standard Terms and Conditions for Supplies.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Council have the option to extend for up to 36 months"
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "participationFees": [
      {
        "id": "1",
        "type": [
          "document"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "The Council estimate that a further notice will be published 12 months prior to the conclusion of this contract."
    },
    "reviewDetails": "Court of Session\nParliament House\nParliament Square\nEdinburgh\nEH1 1RQ\n+44 1312252595\nsupreme.courts@scotcourts.gov.uk",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "SPD Question 2.C.1 Reliance on the capacities of other entities\nBidders are required to complete a full SPD for each of the entities whose capacity they rely upon\nSPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely\nBidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on\nExclusion Criteria \u2013\nEconomic 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.\nSPD Questions 3A \u2013 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.\nSPD Question 4A.1 - Trade Registers\nIt 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.\nIf 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": "suitability"
        },
        {
          "minimum": "SPD Question 4B.4 Economic and Financial Standing\nThe Council will use the following ratios to evaluate a bidders financial status:\nProfitability \u2013 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.\nLiquidity \u2013 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.\nGearing \u2013 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.\nBidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.\nThe Council requires bidders to pass 2 out of the 3 financial ratios above.\nWhere 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.\nThe following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:\nWould the bidder have passed the checks if prior year accounts had been used?\nWere any of the poor appraisal outcomes \"marginal\"?\nDoes the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?\nDoes the bidder have sufficient reserves to sustain losses for a number of years?\nDoes the bidder have a healthy cashflow?\nIs the bidder profitable enough to finance the interest on its debt?\nIs most of the bidder\u0027s debt owed to group companies?\nIs the bidder\u0027s debt due to be repaid over a number of years, and affordable?\nHave the bidder\u0027s results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"?\nDo the bidder\u0027s auditors (where applicable) consider it to be a \"going concern\"?\nWill the bidder provide a Parent Company Guarantee?\nIs the bidder the single supplier/source of the Goods/Works/Services in the marketplace?\nThe Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.\nSPD Question 4B.5 Insurance\nThe bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:\n- Employer\u2019s 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.\n- 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."
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "endDate": "2026-09-01T23:59:59+01:00"
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-03-03T12:00:00Z"
    },
    "title": "Supply and Delivery of Glass for Double and Single Glazed Units",
    "value": {
      "amount": 680191.29,
      "currency": "GBP"
    }
  }
}