Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers, 40 John Street
Glasgow
G2 1DU
UK
Telephone: +44 1412876442
E-mail: fiona.fern@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply and Delivery of Laboratory Equipment, Supplies and Consumables
Reference number: GCC005230CPU
II.1.2) Main CPV code
33696500
II.1.3) Type of contract
Supplies
II.1.4) Short description
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) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
460 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Chemicals
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality Control
/ Weighting: 10
Quality criterion: Contingency Plans
/ Weighting: 7
Quality criterion: Sustainability Waste / Recycling
/ Weighting: 2
Quality criterion: Sustainability Hazardous materials
/ Weighting: 2
Quality criterion: Sustainability Transportation / Deliveries
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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
Lot No: 2
II.2.1) Title
Laboratory Supplies & Consumables
II.2.2) Additional CPV code(s)
33793000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality Control
/ Weighting: 10
Quality criterion: Contingency Plans
/ Weighting: 7
Quality criterion: Sustainability Waste / Recycling
/ Weighting: 2
Quality criterion: Sustainability Hazardous materials
/ Weighting: 2
Quality criterion: Sustainability Transportation / Deliveries
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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
Lot No: 3
II.2.1) Title
Instrumentation Consumables
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality Control
/ Weighting: 10
Quality criterion: Contingency Plans
/ Weighting: 7
Quality criterion: Sustainability Waste / Recycling
/ Weighting: 2
Quality criterion: Sustainability Hazardous materials
/ Weighting: 2
Quality criterion: Sustainability Transportation / Deliveries
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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
Lot No: 4
II.2.1) Title
Pipettes & Consumables
II.2.2) Additional CPV code(s)
38437000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality Control
/ Weighting: 10
Quality criterion: Contingency Plans
/ Weighting: 7
Quality criterion: Sustainability Waste / Recycling
/ Weighting: 2
Quality criterion: Sustainability Hazardous materials
/ Weighting: 2
Quality criterion: Sustainability Transportation / Deliveries
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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
Lot No: 5
II.2.1) Title
Pre-Prepared Media
II.2.2) Additional CPV code(s)
38437000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality Control
/ Weighting: 10
Quality criterion: Contingency Plans
/ Weighting: 7
Quality criterion: Sustainability Waste / Recycling
/ Weighting: 2
Quality criterion: Sustainability Hazardous materials
/ Weighting: 2
Quality criterion: Sustainability Transportation / Deliveries
/ Weighting: 4
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
70
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-015588
Section V: Award of contract
Lot No: 1
Title: Chemicals
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Telephone: +44 7825386863
NUTS: UKF2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
LS Scientific
unit 112, Joseph Wilson Ind. Est.
Whitstable
CT5 3SN
UK
Telephone: +44 7475570871
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Telephone: +44 7852984631
NUTS: UKM95
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 80 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Laboratory Supplies & Consumables
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Telephone: +00 7825386863
NUTS: UKF2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Telephone: +44 7852984631
NUTS: UKM95
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 180 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Instrumentation Consumables
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Telephone: +44 7852984631
NUTS: UKM95
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 120 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Pipettes & Consumables
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Telephone: +44 7825386863
NUTS: UKF2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Telephone: +44 7852984631
NUTS: UKM95
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Medscience Distribution Ltd
Unit 8 Manor Park
Banbury
OX16 3TB
UK
Telephone: +44 7947999285
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 40 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Pre-Prepared Media
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK LTD
Bishop Meadow Road , Loughborough
Loughborough
Le11 5RG
UK
Telephone: +44 7825386863
NUTS: UKF2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McQuilkin & Co.
8 Rennie Place
East Kilbride
G74 5HD
UK
Telephone: +44 7852984631
NUTS: UKM95
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Medscience Distribution Ltd
Unit 8 Manor Park
Banbury
OX16 3TB
UK
Telephone: +00 7947999285
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 40 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.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 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) Date of dispatch of this notice
23/04/2025