Tender

EC0900 Lot 9 - Sanger Sequencing

  • University Of Edinburgh

F02: Contract notice

Notice identifier: 2021/S 000-006346

Procurement identifier (OCID): ocds-h6vhtk-02a03c

Published 29 March 2021, 12:32pm



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Email

andrew.helmn@ed.ac.uk

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