Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Telephone
+44 1316502508
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://www.ed.ac.uk/schools-departments/procurement/supplying
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EC0900 Lot 9 - Sanger Sequencing
Reference number
EC0900
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
You are invited by The University of Edinburgh (UoE) to tender for a position on a lotted framework covering a wide range of Sequencing and Genotyping services.
The UoE have internally available resources and this framework is designed to support these resources. Our end-users will be encouraged to approach our internal resources first and foremost but if capability, capacity or cost isn't suitable, then successful suppliers on the framework will be able to compete for this business.
This procurement process aims to establish a family of Framework Agreements (all under the UoE procurement reference of EC0900) which shall be used to service future sequencing/genotyping projects, subject to their own project specific needs.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73110000 - Research services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Open Tender - creation of a framework
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Framework duration 24 months with possibility to extend by a further 24 months.
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
SPD Part 4B: Economic and Financial Standing.
1) Company Accounts.
2) Current Ratio: Current Assets divided by Current Liabilities
3) Acid Test Ratio: (Current Assets - Stock) divided by Current Liabilities.
4) Insurances.
Minimum level(s) of standards possibly required
Company Accounts;
Most recent 3 years audited and signed off accounts- up load into the Qualifications Envelope.
Ratios;
Acid Test Ratio should be equal to or exceed 1.5
Current Ratio should be equal to or exceed 2
Insurance;
Employer's (Compulsory) Liability: GBP 5M
Public Liability: GBP 2M
Professional Indemnity: GBP 1M
Other Insurance;
Type: Umbrella or top up insurance that fully covers the type and values indicated above.
Up load all Insurance Certificates into the Qualification Envelope under "Insurance"
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Part 4C.1.2
Bidders will be required to provide 2 examples from the previous 3 years that demonstrate that they have the relevant experience to deliver the services/supplies. These examples must be of a noteworthy value and complexity to your bid. Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T.Responses should contain the following information for each example: Project
Value, Dates, Client contact information, Description of Project
SPD Part 4D 1.74.1
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001
(or equivalent). If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance
with BS EN ISO 9001 (or equivalent) the bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Minimum level(s) of standards possibly required
Tenderers must conform to a number of technical minimum requirements. Tenderers will be required to download, complete and upload the
'Minimum Standards' document as part of their Technical Envelope submission on PCS-Tender.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 185-447966
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 May 2021
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
7 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 38685. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:648319)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
Edinburgh
Country
United Kingdom