To watch the live meeting proceedings, please refresh this page at the scheduled meeting time, a link labeled "In Progress" will appear under the Video column
File #: 14-1511    Version: 1
Type: Report Status: Filed
File created: 12/10/2014 In control: Procurement Committee
On agenda: 12/18/2014 Final action: 12/18/2014
Title: Report on rejection of bids for Contract 15-027-11 Furnish and Deliver Glass and Plastic Labware to Various Locations for a One (1) Year Period, estimated cost $159,000.00
TRANSMITTAL LETTER FOR BOARD MEETING OF DECEMBER 18, 2014
 
COMMITTEE ON PROCUREMENT
 
Mr. David St. Pierre, Executive Director
 
Title
Report on rejection of bids for Contract 15-027-11 Furnish and Deliver Glass and Plastic Labware to Various Locations for a One (1) Year Period, estimated cost $159,000.00
Body
 
Dear Sir:
 
On September 18, 2014, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids to Furnish and Deliver Glass and Plastic Labware to Various Locations for a One-Year Period.
 
In response to a public advertisement of October 1, 2014, a bid opening was held on October 21, 2014. The bid tabulation for this contract is:
 
GROUP A: GLASS LABWARE
VWR INTERNATIONAL, LLC      *$23,648.14
THOMAS SCIENTIFIC      $29,263.21
FISHER SCIENTIFIC COMPANY, LLC      $29,420.83
 
GROUP B:  PLASTIC LABWARE
VWR INTERNATIONAL, LLC      *$16,677.35
THOMAS SCIENTIFIC      *$29,027.21
FISHER SCIENTIFIC COMPANY, LLC      $58,120.02
 
GROUP C:  COMMERCIAL GLASS AND PLASTIC LABWARE
A DAIGGER & COMPANY, INC.      *$109,292.36
THOMAS SCIENTIFIC      $135,471.54      
VWR INTERNATIONAL, LLC      *$171,009.20
    *corrected total
 
Four Hundred Thirty One (431) companies were notified of this contract being advertised and seventeen (17) companies requested specifications.
The low bid received for Group A from VWR International, LLC, offered 45 substitutions and 11 were determined to not meet contract specifications and were rejected.  The reasons for rejection included wrong classification, incorrect length, and incorrect diameter.  Therefore the bid received from VWR International, LLC was rejected.  The bids received from Thomas Scientific and Fisher Scientific Company, LLC were deemed non-responsive.  Thomas Scientific qualified their bid by stating minimum order quantities on 3 items.  Fisher Scientific failed to bid all items within the group.  The Director of Procurement and Materials Management has notified VWR International, LLC, Thomas Scientific, and Fisher Scientific, LLC of this action.
The low bid received for Group B from VWR International, LLC, offered 15 substitutions and 3 were determined to not meet contract specifications and were rejected.  One item was the incorrect size and the other 2 were the wrong composite material.  Therefore the bid received from VWR International, LLC was rejected. The bid received from Thomas Scientific is approximately 16% above the contract's estimated value of $25,000.00.  The bid received from Fisher Scientific Company, LLC is approximately 132% above the contract's estimated value of $25,000.00.  Therefore the bids received from Thomas Scientific and Fisher Scientific Company, LLC were considered too high to award and rejected in the public's best interest.  The Director of Procurement and Materials Management has notified VWR International, LLC, Thomas Scientific, and Fisher Scientific, LLC of this action.
 
The low bid received for Group C from A Daigger & Company, Inc. offered 12 substitutions and 1 was determined to not meet contract specifications and was rejected.  The closure of the rejected item was the incorrect size.  The rejected item's estimated usage is approximately 33% of the contract's estimated value and therefore cannot be excluded from the contract.  The bid received from Thomas Scientific is approximately 33% above the contract's estimated value of $102,000.00.  The bid received from VWR International, LLC is approximately 41% above the contract's estimated value of $102,000.00.  Therefore the bids received from Thomas Scientific and VWR International, LLC were considered too high to award and rejected in the public's best interest.  The Director of Procurement and Materials Management has notified A Daigger & Company, Inc., Thomas Scientific, and VWR International, LLC of this action.
 
This contract will be re-advertised at a future date.
 
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MB:dp
Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Procurement
Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for December 18, 2014