Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Open Tender for the Provision of Scientific Testing Services (including chemical analytical, bacteriological examination)

  • Cyhoeddwyd gyntaf: 12 Mawrth 2026
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2026
  • Fersiwn: N/A
  •  

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
South Lanarkshire Council
ID Awudurdod:
AA20218
Dyddiad cyhoeddi:
12 Mawrth 2026
Dyddiad Cau:
10 Ebrill 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

South Lanarkshire Council has a requirement for a suitably qualified contractor for the provision of a comprehensive Chemical Analytical and Bacteriological Examination service throughout South Lanarkshire. This contract is being led by the Council’s Environmental Services Section.

Environmental Services carry out both proactive and reactive scientific analysis and bacteriological examination of a wide range of food, drinking water and certain environmental samples on behalf of the Council.

The service covers a range of tests including Air Pollution, Microbiology, Contaminated Land, Consumer Protection, Food Chemical and Water Quality & Safety.

These services are priced on a test-by-test basis.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

South Lanarkshire Council

Council Headquarters, Almada Street, Almada Street

Hamilton

ML3 0AA

UK

Ffôn: +44 1698454353

E-bost: julie.mcalpine@southlanarkshire.gov.uk

NUTS: UKM95

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southlanarkshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

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/go/18634411019CAE87F5FA


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/go/18634411019CAE87F5FA


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

Open Tender for the Provision of Scientific Testing Services (including chemical analytical, bacteriological examination)

Cyfeirnod: SLC/CE/25/062

II.1.2) Prif god CPV

90714500

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

South Lanarkshire Council has a requirement for a suitably qualified contractor for the provision of a comprehensive Chemical Analytical and Bacteriological Examination service throughout South Lanarkshire. This contract is being led by the Council’s Environmental Services Section.

Environmental Services carry out both proactive and reactive scientific analysis and bacteriological examination of a wide range of food, drinking water and certain environmental samples on behalf of the Council.

The service covers a range of tests including Air Pollution, Microbiology, Contaminated Land, Consumer Protection, Food Chemical and Water Quality & Safety.

These services are priced on a test-by-test basis.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 350 000.00 GBP

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

90700000

II.2.3) Man cyflawni

Cod NUTS:

UKM95

II.2.4) Disgrifiad o’r caffaeliad

South Lanarkshire Council has a requirement for a suitably qualified contractor for the provision of a comprehensive Chemical Analytical and Bacteriological Examination service throughout South Lanarkshire. This contract is being led by the Council’s Environmental Services Section.

Environmental Services carry out both proactive and reactive scientific analysis and bacteriological examination of a wide range of food, drinking water and certain environmental samples on behalf of the Council.

The service covers a range of tests including Air Pollution, Microbiology, Contaminated Land, Consumer Protection, Food Chemical and Water Quality & Safety. These services are priced on a test-by-test basis.

The Terms and Conditions for this contract are South Lanarkshire Council's Standard T&C's for Services.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/06/2026

Diwedd: 30/06/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Optional Extension of up to 12 months

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.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to

the tender itself.

These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50K in value.

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.

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

Minimum level(s) of standards required:

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

III.1.3) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

SPD Question 4C.1.2 Technical and Professional Ability

With reference to the nature and details of the supplies/services that are the subject matter of this tender, Bidders should provide at least 2 examples of your relevant experience within the last three years in undertaking services to the requirements of this contract, including achievements in delivering such contracts within the required timescales and budget. Information should be provided in respect of as many aspects of the contract as possible as specified in the Contract Notice and should cover experience in delivering the following services:

- Air Pollution Analysis

- Environmental Pollution Analysis

- Contaminated Land Analysis

- Consumer Protection Analysis

- Food Chemical Analysis

- Food Microbiology Analysis

- Water Quality and Safety Analysis

SPD Question 4C.6 Technical and Professional Ability (Qualifications)

It is a mandatory requirement of this tender that the bidder recommended for award holds a UKAS Accreditation for the full range of services required as detailed in the specification.

SPD Question 4C.6.1 Technical and Professional Ability (Qualifications)

It is a mandatory requirement of this tender that the bidder's staff recommended for award holds:

- a Mastership in Chemical Analysis qualification awarded by the Royal Society of Chemistry making them eligible for appointment as Public Analysts in terms of the Food Safety Regulations 1990.

- appropriate qualifications listed in Part 1 of Schedule 2 of the Food Safety (Sampling and Qualifications) Regulations 1990, and at least 3 years experience in a laboratory.

- a Mastership in Chemical Analysis qualification awarded by the Royal Society of Chemistry and having practical experience attested by an agricultural analyst making them eligible for appointment as Agricultural Analysts in terms of Feeding Stuffs (Sampling and Analysis) Regulations 1999.

SPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures)

Bidders should describe their organisation's arrangements for ensuring that their environmental management procedures are effective in reducing/preventing significant impacts on the environment. Guidance: Bidders should provide evidence that your organisation’s environmental policy implementation plan provides information as to how your organisation aims to discharge relevant legal responsibilities.

SPD Question 4C.9 Technical and Professional Ability (Equipment)

Please provide a statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance: The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors

have the relevant technical resources for this procurement exercise.

SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2025/S 000-076706

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/04/2026

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: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 10/04/2026

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

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 Question 3D.3 Human Rights Act Declaration

Declaration Section *Form of Tender

SPD Question 3D.11 Non-Collusion Certificate

SPD Question 4B.5.1 Insurance Certificates

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration

SPD Question 3A.6 Modern Slavery Act 2015 Declaration

*The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope.

In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.

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 30961. 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 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

(SC Ref:825208)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street,

Hamilton

ML3 0BT

UK

Ffôn: +44 1698282957

E-bost: hamiltoncivl@scotcourts.gov.uk

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

UK

Ffôn: +44 1312252595

E-bost: supreme.courts@scotcourts.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

11/03/2026

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90700000 Gwasanaethau amgylcheddol Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
90714500 Gwasanaethau rheoli ansawdd amgylcheddol Archwilio amgylcheddol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
julie.mcalpine@southlanarkshire.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.