Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
Chief Executives Department, City Chambers, 40 John Street
Glasgow
G2 1DU
UK
Ffôn: +44 1412876442
E-bost: fiona.fern@glasgow.gov.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgow.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
The Supply and Delivery of Laboratory Equipment, Supplies and Consumables
Cyfeirnod: GCC005230CPU
II.1.2) Prif god CPV
33696500
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
The council is inviting suitably qualified and experienced Bidders to submit bids for the Supply and Delivery of Laboratory Equipment, Supplies and Consumables for the undernoted 5 lots:
Lot 1-Chemicals
Lot 2-Laboratory Supplies & Consumables
Lot 3-Instrumentation Consumables
Lot 4-Pipettes & Consumables
Lot 5-Pre-Prepared Media
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 460 000.00 GBP
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Chemicals
II.2.2) Cod(au) CPV ychwanegol
33696500
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
The council is inviting suitably qualified and experienced Bidders to submit bids for the Supply and Delivery of Laboratory Equipment, Supplies and Consumables.
Lot 1 requirements are as follows:
The service required is the provision of analytical chemicals for use within a laboratory.
The laboratory analyses a range of sample types i.e. Water samples, Environmental samples, Food/Feeds and Consumer Goods.
The lot incorporates a wide variety of chemicals including varying grades and quantities required.
Chemicals includes all the general chemicals used within a laboratory environment. The quantities required will vary dependant on the consumable on offer e.g. Nitric acid will be supplied in quantities of 500ml to 2.5 litres with varying grades e.g. ANALAR (laboratory grade to 99.5% Purity).
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality Control
/ Pwysoliad: 10
Maes prawf ansawdd: Contingency Plans
/ Pwysoliad: 7
Maes prawf ansawdd: Sustainability Waste / Recycling
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Hazardous materials
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Transportation / Deliveries
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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
Rhif y Lot 2
II.2.1) Teitl
Laboratory Supplies & Consumables
II.2.2) Cod(au) CPV ychwanegol
33793000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
The service required is the provision of laboratory supplies and consumables for use within a laboratory.
The laboratory analyses a range of sample types i.e. Water samples, Environmental samples, Food/Feeds and Consumer Goods.
The lot incorporates a wide variety of general laboratory supplies and consumables.
Laboratory Supplies and Consumables covers all other consumables used within a laboratory environment that are not included within Lot 1: Chemicals, from weighing boats to pH meters.
These will be supplied in a variety of quantities from single units to packs of 100, dependant on the consumable being purchased.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality Control
/ Pwysoliad: 10
Maes prawf ansawdd: Contingency Plans
/ Pwysoliad: 7
Maes prawf ansawdd: Sustainability Waste / Recycling
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Hazardous materials
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Transportation / Deliveries
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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
Rhif y Lot 3
II.2.1) Teitl
Instrumentation Consumables
II.2.2) Cod(au) CPV ychwanegol
38000000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
The service required is the provision of Instrumentation consumables for use within a laboratory. The laboratory analyses a range of sample types i.e. Water samples, Environmental samples, Food/Feeds and Consumer Goods. The lot incorporates consumables for a range of analytical techniques including (but not limited to) Gas Chromatography, Liquid Chromatography and Metals analysis.
Instrumentation consumables covers consumables used within Gas Chromatography, Liquid Chromatography, Inductively Coupled Plasma and other analytical techniques used within the laboratory.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality Control
/ Pwysoliad: 10
Maes prawf ansawdd: Contingency Plans
/ Pwysoliad: 7
Maes prawf ansawdd: Sustainability Waste / Recycling
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Hazardous materials
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Transportation / Deliveries
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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
Rhif y Lot 4
II.2.1) Teitl
Pipettes & Consumables
II.2.2) Cod(au) CPV ychwanegol
38437000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
The service required is the provision of pipettes and consumables for use within a laboratory. The laboratory analyses a range of sample types i.e. Water samples, Environmental samples, Food/Feeds and Consumer Goods. The lot incorporates pipettes and consumables from a variety of manufacturers and covering a wide range of volumes.
Pipettes & Consumables includes the purchase of pipettes, tips and filters associated with the operation of automatic pipettes.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality Control
/ Pwysoliad: 10
Maes prawf ansawdd: Contingency Plans
/ Pwysoliad: 7
Maes prawf ansawdd: Sustainability Waste / Recycling
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Hazardous materials
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Transportation / Deliveries
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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
Rhif y Lot 5
II.2.1) Teitl
Pre-Prepared Media
II.2.2) Cod(au) CPV ychwanegol
38437000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
The service required is the provision of pre-prepared media for use within a laboratory. The laboratory analyses a range of sample types i.e. Water and Food samples, using pre-prepared media for detection and enumeration of microorganisms.
Pre-prepared media includes pre-made media for use within a microbiology laboratory for the detection and enumeration of microorganisms.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality Control
/ Pwysoliad: 10
Maes prawf ansawdd: Contingency Plans
/ Pwysoliad: 7
Maes prawf ansawdd: Sustainability Waste / Recycling
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Hazardous materials
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability Transportation / Deliveries
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-015588
Section V: Dyfarnu contract
Rhif y Lot: 1
Teitl: Chemicals
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/12/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 3
Nifer y tendrau a ddaeth i law gan BBaChau: 3
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 3
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Ffôn: +44 7825386863
NUTS: UKF2
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
LS Scientific
unit 112, Joseph Wilson Ind. Est.
Whitstable
CT5 3SN
UK
Ffôn: +44 7475570871
NUTS: UKJ
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Ffôn: +44 7852984631
NUTS: UKM95
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 80 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Teitl: Laboratory Supplies & Consumables
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/12/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 2
Nifer y tendrau a ddaeth i law gan BBaChau: 2
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 2
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Ffôn: +00 7825386863
NUTS: UKF2
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Ffôn: +44 7852984631
NUTS: UKM95
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 180 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 3
Teitl: Instrumentation Consumables
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/12/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 1
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Ffôn: +44 7852984631
NUTS: UKM95
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 120 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 4
Teitl: Pipettes & Consumables
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/12/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 3
Nifer y tendrau a ddaeth i law gan BBaChau: 3
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 3
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Ffôn: +44 7825386863
NUTS: UKF2
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Ffôn: +44 7852984631
NUTS: UKM95
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Medscience Distribution Ltd
Unit 8 Manor Park
Banbury
OX16 3TB
UK
Ffôn: +44 7947999285
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 40 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 5
Teitl: Pre-Prepared Media
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/12/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 4
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 4
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Ffôn: +44 7825386863
NUTS: UKF2
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Ffôn: +44 7852984631
NUTS: UKM95
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Medscience Distribution Ltd
Unit 8 Manor Park
Banbury
OX16 3TB
UK
Ffôn: +00 7947999285
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 40 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety
and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.
Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of
this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI
Certificate contained in the Qualification Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this
information). Applicants will be required to complete the FOI certificate at ITT stage.
Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish
to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the Qualification
Envelope within the PCS tender portal (at ITT stage).
Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's
satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful
tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will
be required to complete the prompt payment certificate contained in the Qualification Envelope area within PCS Tender portal.
Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope area
within the tender portal.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the
award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal.
Additional information pertaining to this contract notice is contained within the Invitation To Tender documents. Applicants must ensure
they read in line with this contract notice.
(SC Ref:789928)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council 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 last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council 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 the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system 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 the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Dyddiad anfon yr hysbysiad hwn
23/04/2025