Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Fraser Murray
Telephone
+44 1412878673
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing
Reference number
GCC006031CPU
two.1.2) Main CPV code
- 38430000 - Detection and analysis apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Provision of machine and installation / Weighting: 15
Quality criterion - Name: Reactive Servicing Checks and Service Reliability / Weighting: 5
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Planned Preventative Maintenance / Weighting: 5
Quality criterion - Name: Sampling Exercise / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.
Minimum level(s) of standards possibly required
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As specified within the tender document (section 4.14 key performance indicators).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
24 March 2025
Local time
12:00pm
Changed to:
Date
28 March 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.