Tender

Provision of 5 Yr Plnd Prev Service Maint & Reactive Repair Plan for High Perform Liquid/Gas Triple Quad Chromatography Systems

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

05 Dec 2023 at 00:00

Summary of the contracting process

The Glasgow City Council has initiated a tender process for the provision of a 5-year planned preventative service maintenance and reactive repair plan for high-performance liquid/gas chromatography systems. The procurement method is open, with the tender period ending on 8th January 2024. The location is in Glasgow, UK, and the industry category is services. The buying organisation is the Glasgow City Council, and the main procurement category is services.

This tender opportunity by the Glasgow City Council presents a chance for businesses specializing in maintenance services for high-performance scientific equipment to compete. Companies offering planned preventative maintenance and reactive repair services for chromatography systems are well-suited for this opportunity. With a contract duration of up to 5 years, businesses with expertise in servicing laboratory equipment and meeting the specified technical and financial criteria can benefit from participating in this tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of 5 Yr Plnd Prev Service Maint & Reactive Repair Plan for High Perform Liquid/Gas Triple Quad Chromatography Systems

Notice Description

Provision of 5 Yr Planned Preventative Service Maintenance and Reactive Repair Plan for 2 High Performance Triple Quadrupole Liquid/Gas Chromatography Systems to support Glasgow Scientific Services who are part of the councils Neighbourhoods, Regeneration and Sustainability (NRS)

Lot Information

Lot 1

The council wish to procure a contract for the provision of annual preventative planned servicing, maintenance, repair, and concurrent comprehensive reactive repair servicing for Liquid / Gas Chromatography systems for a duration of up to 5 years. There are 2 systems in total which are located in laboratories within Glasgow.. 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.

Options: The council reserves the right to make additional purchases from the successful bidder.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000749410
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494109
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90700000 - Environmental services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20232 years ago
Submission Deadline
8 Jan 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Denise Kyle
Contact Email
denise.kyle@ced.glasgow.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494109
    Provision of 5 Yr Plnd Prev Service Maint & Reactive Repair Plan for High Perform Liquid/Gas Triple Quad Chromatography Systems - Provision of 5 Yr Planned Preventative Service Maintenance and Reactive Repair Plan for 2 High Performance Triple Quadrupole Liquid/Gas Chromatography Systems to support Glasgow Scientific Services who are part of the councils Neighbourhoods, Regeneration and Sustainability (NRS)

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000749410-2023-12-05T00:00:00Z",
    "date": "2023-12-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000749410",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-107",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Denise Kyle",
                "email": "denise.kyle@ced.glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-108",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-107"
    },
    "tender": {
        "id": "GCC005987CPU",
        "title": "Provision of 5 Yr Plnd Prev Service Maint & Reactive Repair Plan for High Perform Liquid/Gas Triple Quad Chromatography Systems",
        "description": "Provision of 5 Yr Planned Preventative Service Maintenance and Reactive Repair Plan for 2 High Performance Triple Quadrupole Liquid/Gas Chromatography Systems to support Glasgow Scientific Services who are part of the councils Neighbourhoods, Regeneration and Sustainability (NRS)",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Glasgow UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-01-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-01-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC494109",
                "documentType": "contractNotice",
                "title": "Provision of 5 Yr Plnd Prev Service Maint & Reactive Repair Plan for High Perform Liquid/Gas Triple Quad Chromatography Systems",
                "description": "Provision of 5 Yr Planned Preventative Service Maintenance and Reactive Repair Plan for 2 High Performance Triple Quadrupole Liquid/Gas Chromatography Systems to support Glasgow Scientific Services who are part of the councils Neighbourhoods, Regeneration and Sustainability (NRS)",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494109",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council wish to procure a contract for the provision of annual preventative planned servicing, maintenance, repair, and concurrent comprehensive reactive repair servicing for Liquid / Gas Chromatography systems for a duration of up to 5 years. There are 2 systems in total which are located in laboratories within Glasgow.. 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.",
                "status": "active",
                "options": {
                    "description": "The council reserves the right to make additional purchases from the successful bidder."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2024-01-08T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow UK"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Refers to Question 4B.5 of the SPD There is a minimum financial requirement that affects trading performance, and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. TRADING PERFORMANCE - An overall positive outcome on EBITDA earnings over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/Turnover. BALANCE SHEET STRENGTH - Net worth of the organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process full sets of accounts will be required in order to verity that the above ratios have been complied with. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulation 61 (7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder's economic and financial standing. Any Bidder that fails to achieve the criteria as stated above will be excluded at this stage.",
                    "minimum": "Refers to Questions 4B.5.1- 5.3 of the SPD 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 (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 TEN MILLION POUNDS STERLING (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, Products Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one event and in the aggregate."
                },
                {
                    "type": "technical",
                    "description": "Refers to SPD Question 4C.1.2 SPD Question Please provide 2 relevant examples of services carried out in the past 5 years (examples from both public and/or private sector). Five years is acceptable rather than 3 due to the specialist nature of the systems. For each example, the following information should include but not be limited to: 1) An overview of the contract including: 2) a. Customer Name b. Contract Start Date c. Contract End Date d. Contract value e. Contract description f. Details of the systems being maintained, which should be similar to those as described in the specification g. Details of the resources that were available during the contract, including number of suitably trained/qualified engineers who supported the contract undertaken, which can include previous employment with other organisations. Responses to this question should not exceed 2 x A4 pages per example Ariel font 11 excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page), with 100% attributed to the two examples required for this contract. Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. A minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to achieve the minimum score for this question will be excluded at this stage.",
                    "minimum": "Bidders must ensure that all Engineers who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must make risk assessments/safe methods of work available to the appropriate manager within Glasgow Scientific Services prior to commencing work. Appendix 09 Letter of Compliance to be completed."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "classification": {
            "id": "90700000",
            "scheme": "CPV"
        },
        "reviewDetails": "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 dispatch 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 breech by the Council, suffers or risk 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 the 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 advise when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Bidders must note the implications FOI legislation and ensure that any info they wish the council to consider to withhold is indicated (NB the council does not bind itself to withhold this info). Tenederers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer within the Tenderers Amendments statement on PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded, be required to demonstrate to the council's satisfaction that all funds due permitted sub-contractors are paid timeously and as a minimum, invoices rendered by sub-contractors shall be paid within 30 days of receipt. The successful tendered shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors. Bidders will be required to complete the prompt payment statement and Non-Collusion statement within PCS-T. All bidders will be required to sign an Insurance Mandate within PCS-T. If not signed and returned, the council reserves the right to request copies of certificates at any point during the contract period. T&Cs are located within the buyers attachment area of PCS-T. The buyer is using PCS-Tender to conduct this exercise. For more information see http://publiccontractsscotland.gov.uk/Info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see http://publiccontractsscotland.gov.uk/Info/InfoCentre.aspx?ID=2361 For this procurement the minimum total number of Community Benefit points required for the total contract duration is 15. Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits menu. Bidders are also required to provide a supporting Methodology for each of the themes they are offering from the Menu, detailing how the Community Benefits outcomes will be delivered. The buyer is using PCS-Tender to conduct this ITT. The Project code is 23371. For more information see http://publiccontractsscotland.gov.uk/Info/InfoCentre.aspx?ID=2343 Please refer to the tender documentation for further information. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23371. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23371. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:749410)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000749410"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}