Tender

Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

14 Mar 2025 at 00:00

Tender

21 Feb 2025 at 00:00

Summary of the contracting process

Glasgow City Council is seeking to procure the supply, delivery, installation, and commissioning of an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) inclusive of a five-year servicing contract. This procurement falls within the goods category and specifically targets scientific equipment. The procurement process is currently in the tender stage, following the recent deadline extension to 28 March 2025 for tender submissions. The equipment will be utilised by Glasgow Scientific Services, located in Glasgow (UKM82 region), with key dates including the tender submission deadline and subsequent bid opening on 24 March 2025.

This tender presents significant opportunities for businesses specialising in scientific instrumentation and servicing. Companies with experience in providing ICP-MS systems and associated maintenance services will find this contract particularly suitable. The open procurement method allows broad participation, enabling diverse suppliers to compete. The comprehensive warranty and maintenance requirements ensure long-term business engagement. Ideal bidders are those possessing robust financial capacity and demonstrable expertise in similar past projects. This contract also necessitates various insurance coverage, making it suitable for established firms with solid compliance and operational standards.

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

Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing

Notice Description

Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals.

Lot Information

Lot 1

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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000788149
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526059
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38430000 - Detection and analysis apparatus

38433100 - Mass spectrometer

Notice Value(s)

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

Notice Dates

Publication Date
14 Mar 202511 months ago
Submission Deadline
24 Mar 2025Expired
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
Fraser Murray
Contact Email
fraser.murray@glasgow.gov.uk
Contact Phone
+44 1412878673

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

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-r6ebe6-0000788149-2025-03-14T00:00:00Z",
    "date": "2025-03-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000788149",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-41",
            "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": "Fraser Murray",
                "email": "fraser.murray@glasgow.gov.uk",
                "telephone": "+44 1412878673",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-2",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-13",
            "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": "Fraser Murray",
                "email": "fraser.murray@glasgow.gov.uk",
                "telephone": "+44 1412878673",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-13"
    },
    "tender": {
        "id": "GCC006031CPU",
        "title": "Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing",
        "description": "Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "38433100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-03-24T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-03-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB524460",
                "documentType": "contractNotice",
                "title": "Supply, Delivery, Installation and Commissioning of ICP-MS Inclusive of 5 Years Servicing",
                "description": "Glasgow Scientific Services have a requirement for an Inductively Coupled Plasma Mass Spectrometer (ICP-MS) and peripherals.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524460",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Provision of machine and installation",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-03-24T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As specified within the tender document (section 4.14 key performance indicators)."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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."
                },
                {
                    "type": "technical",
                    "description": "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": "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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "38430000",
            "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 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.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-11",
                "description": "Request to Extend Tender Return period granted.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-03-24T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-28T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-03-24T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-28T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "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)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788149"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788149"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}