Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

The Supply and Delivery of Laboratory Equipment, Supplies and Consumables

  • First published: 28 April 2025
  • Last modified: 28 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045a20
Published by:
Glasgow City Council
Authority ID:
AA20167
Publication date:
28 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
33793000 Laboratory glassware Laboratory, hygienic or pharmaceutical glassware
38437000 Laboratory pipettes and accessories Detection and analysis apparatus
33696500 Laboratory reagents Reagents and contrast media
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
fiona.fern@glasgow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.