Tender

COVID-19 Wastewater Biostatistical Analysis and Reporting of Prevalence Data

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-016456

Procurement identifier (OCID): ocds-h6vhtk-03d52a

Published 9 June 2023, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

sophie.stark@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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

COVID-19 Wastewater Biostatistical Analysis and Reporting of Prevalence Data

Reference number

CASE/637755

two.1.2) Main CPV code

  • 79723000 - Waste analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of COVID-19 Wastewater Biostatistical Analysis and Reporting of Prevalence Data.

two.1.5) Estimated total value

Value excluding VAT: £115,653

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Data from wastewater testing has been used in Scotland to complement existing case testing, to confirm case trends or provide an alternative means of surveillance as it is a COVID-19 indicator that is independent of healthcare-seeking behaviours and access to clinical testing.

Wastewater Monitoring is an important alternative source of SARS-CoV-2 data in the absence of mass community testing. Wastewater samples are building a picture of SARS-CoV-2 prevalence in Scotland.

Ongoing biostatistical support is required to analyse levels of COVID-19 RNA in wastewater from the Scottish Environmental Protection Agency (SEPA), refine analytical methodology and explain wastewater findings. This information is used as an independent resource to further understand national and local prevalence levels and support outbreak response decisions.

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

Start date

2 October 2023

End date

29 March 2024

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

Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

Minimum level(s) of standards possibly required

Public Liability (in the sum not less) 1,000,000 GBP

Professional Indemnity (in the sum not less) 1,000,000 GBP

Employers Liability (in the sum not less) 5,000,000 GBP

Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.4 Supply Chain Management and Prompt Payment of subcontractors- Tenderers must provide a statement of the relevant supply chain management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document.


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

10 July 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 July 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Technical Assessment

Full details of the technical criteria detailed within Invitation to Tender.

Score Definition Description

0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Please note there are minimum requirements concerning Cyber Security for this contract as set out in the Evaluation and Award Criteria.

Tenderers must also confirm

-they will pay staff that are involved in the delivery of the contract at least the real Living Wage

-they will meet standards on payment of subcontractors

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24376. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.

Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract.

Good answers will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and how the proposed benefits will reflect the national outcomes described in the Specification.

Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.

(SC Ref:734755)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court & Justice of Peace Court

27 Chamber Street

Edinburgh

EH1 1LB

Country

United Kingdom