Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Person cyswllt: Fraser Murray
Ffôn: +44 1412878673
E-bost: fraser.murray@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.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing
Cyfeirnod: GCC006031CPU
II.1.2) Prif god CPV
38430000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
38433100
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals. The ICP-MS and peripherals must be capable of the simultaneous analysis of samples from varying sample matrices, including but not limited to water samples, food samples, environmental samples and consumer products.
The new ICP-MS will be used primarily for the determination of metal content within various sample types, namely Food, Feed, Water, Environmental and Consumer Products.
The ICP-MS and peripherals must include a minimum of 12 month fully comprehensive warranty, covering all parts, labour, travel, accommodation and any re-commissioning.
After the initial 12-month warranty period, the supply of planned preventative maintenance and reactive maintenance service contract will be required for the duration of 5 years.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Provision of machine and installation
/ Pwysoliad: 15
Maes prawf ansawdd: Reactive Servicing Checks and Service Reliability
/ Pwysoliad: 5
Maes prawf ansawdd: Training
/ Pwysoliad: 5
Maes prawf ansawdd: Planned Preventative Maintenance
/ Pwysoliad: 5
Maes prawf ansawdd: Sampling Exercise
/ Pwysoliad: 5
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Price
/ Pwysoliad:
60
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 72
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
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
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Glasgow City Council’s Insurance Requirements are:
Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GPB 10,000,000) in respect of any one event and unlimited in the period.
Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP 5,000,000) in respect of any one event and unlimited in the period.
Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (GPB 5,000,000) in respect of any one event and in the aggregate.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please provide 2 relevant examples of similar ICP-MS provided and services carried out during the last three years as specified in the Contract Notice.
(Examples from both public and/or private sector customers and clients may be provided)
Responses should not exceed 2 X A4 sided of paper for each example and should be submitted in Ariel font 11. Where a submission exceeds the maximum number of sides of A4 paper requested, no account will be taken of the content of the contents beyond the maximum.
The weighting will be 50% for each example.
Lefel(au) gofynnol y safonau sydd eu hangen:
A minimum mark of 60% out of 100% is required in total for this question. Any bidder who fails to achieve the minimum score for this question will be excluded at this stage.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As specified within the tender document (section 4.14 key performance indicators).
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/03/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
24/03/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.
Freedom of Information Act - Information on the FOI Act is contained in Appendix 05 of the ITT. Tenderers 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 Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).
Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal.
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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.
Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal 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 suppliers at any point during the contract period.
Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.
Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28518. 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:
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 15
(SC Ref:788149)
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
Ffôn: +44 1414298888
E-bost: glasgow@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
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 the 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
21/02/2025