Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John Street
Glasgow
G2 1DU
UK
Person cyswllt: Caroline Dougan
Ffôn: +44 1412876845
E-bost: caroline.dougan@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
Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs of Hot Beverage Machines and Hot Beverage Consumables
Cyfeirnod: GCC006372CPU
II.1.2) Prif god CPV
15860000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables
This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 1 283 488.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
03131100
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow area
II.2.4) Disgrifiad o’r caffaeliad
The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables.
This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables of the following elements-
Lease of Hot Beverage Machines and supply of associated products
Barista Espresso machines
Automatic Grinder and knock out drawer
Bean to Cup automated with milk fridge machine
Short term hire of event equipment including Bean to Cup automated machines for major events- hospitality
Soluble Hot Beverage machines
The successful Supplier must also provide-
Arrangement for annual PSSR regulatory checks
Supply and delivery of hot beverage consumables
Maintenance- Ad-hoc repairs
The lease of the hot beverage machines will include arrangement for installation, maintenance, annual regulatory PSSR checks and repairs.
The hot beverage machine for installation will be supplied by the successful Supplier and will be required to be installed into the named premises within the Glasgow area. The council will not lease the machines directly with any 3rd party, the lease contract with be directly with the successful Supplier.
For the avoidance of doubt, the successful supplier can utilise a 3rd party for leasing, but the contract will be with the Council and the successful Supplier. The successful supplier will manage the entire process of leasing directly with the council.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Service Delivery -Cafe and Venues
/ Pwysoliad: 10
Maes prawf ansawdd: Service Delivery - Secondary Schools
/ Pwysoliad: 10
Maes prawf ansawdd: Service Delivery - Roles and Responsibilities
/ Pwysoliad: 16
Maes prawf ansawdd: Maintenance and Annual PSSR
/ Pwysoliad: 5
Maes prawf ansawdd: Sustainability
/ Pwysoliad: 9
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Maes prawf ansawdd: Training
/ Pwysoliad: 5
Price
/ Pwysoliad:
40
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 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 000-016727
Section V: Dyfarnu contract
Rhif Contract: GCC006372CPU
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
05/09/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 2
Nifer y tendrau a ddaeth i law gan BBaChau: 1
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 2
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Matthew Algie & Company Ltd
Lawmoor Road, Glasgow
Glasgow
G5 0UL
UK
Ffôn: +44 7908967321
E-bost: jody.gray@matthewalgie.com
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 1 283 488.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Contract Value is an estimate based on rates submitted. Actual Contract Value may be more or less than stated.
Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts
(Scotland) Regulations 2015.
For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance
Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to
supporting questions.
Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who
pass the health and safety aspect shall be considered.
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 (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.
Prompt Payment
The successful Supplier 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.
Non Collusion
Bidders will be required to complete the Non Collusion certificate.
Insurance Mandate
All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area 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 bidders at any point during the contract period.
Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two.
Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
(SC Ref:811022)
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
E-bost: glasgow@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: www.glasgow.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Precise information on deadline(s) for review procedures:
Glasgow City 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. 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 86 of The Public Contract (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 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
25/09/2025