Opportunity

Liquid Handling Workstation

  • Scottish Government

F02: Contract notice

Notice reference: 2023/S 000-002609

Published 27 January 2023, 12:53pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Marc Jones

Email

marc.jones@gov.scot

Telephone

+44 1412420133

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Liquid Handling Workstation

Reference number

CASE/582939

two.1.2) Main CPV code

  • 42997300 - Industrial robots

two.1.3) Type of contract

Supplies

two.1.4) Short description

SASA requires a liquid handing workstation to process the large numbers of samples associated with PCN testing in Scotland.

two.1.5) Estimated total value

Value excluding VAT: £140,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 03000000 - Agricultural, farming, fishing, forestry and related products
  • 16000000 - Agricultural machinery
  • 16600000 - Specialist agricultural or forestry machinery

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Potato cyst nematode (PCN) is the name given to two species of nematode (Globodera pallida and Globodera rostochiensis) which are serious pests of potato crops world-wide. They feed on the roots of the plant and can cause significant loss of yield, including crop failure. The cysts can survive in the soil for many years (over 25 years under favourable conditions), multiplying rapidly when a new crop of host plants is planted.

PCN have been subject to controls under European legislation since 1969. A revised EU PCN control Directive, came into force on July 1, 2010 and was implemented in Scotland by the Plant Health (Scotland) Amendment Order 2010. Under the directive seed can only be planted on land certified free from PCN. SASA carries out statutory testing of soil samples for the presence of PCN in Scotland. Currently SASA processes around 18,000 samples over a 9 month period every year since 2010. To facilitate this much of the work is automated and a key component of this is a liquid handling workstation which is used to both aid extraction of DNA from soil samples and set up the PCR (polymerase chain reaction) used to detect the nematodes. The use of the workstation ensures the robustness and reproducibility of the test and ensures the high throughput of samples required to meet the deadlines for reporting. It also enables saving on staff costs as a single person can process up to 500 samples per day.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

3

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Minimum level(s) of standards possibly required

Professional Risk Indemnity: in the sum of not less than Two Million Pounds (2,000,000 GBP)

Employer's (Compulsory) Liability: in the sum of not less than Five Million Pounds ( 5,000,000 GBP)

Public Liability: in the sum of not less than Five Million Pounds (5,000,000 GBP)

three.1.3) Technical and professional ability

List and brief description of selection criteria

For public supply and public service contracts only, please provide relevant examples of supplies and/or 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):

Minimum level(s) of standards possibly required

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

27 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 48171. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:720528)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom