Section one: Contracting authority
one.1) Name and addresses
Food Standards Scotland (FSS)
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
Telephone
+44 1224285172
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24524
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
www.publicontractsscotland.gov.uk
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Whole Genome Sequencing Services for E.coli Genomes
Reference number
FSS/2022/024
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
Food Standards Scotland requires a Contractor to provide Whole Genome Sequencing services for E.coli genomes and other bacterial samples
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73111000 - Research laboratory services
- 85145000 - Services provided by medical laboratories
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Food Standards Scotland (FSS) requires a Contractor to provide Whole Genome Sequencing of E. coli genomes gathered from samples across Scotland with minimum 30X Illumina (100-250nt min) coverage.
The sequenced genomes will be used as part of the Work Stream 1 PATHSAFE programme. FSS requires a minimum of 2500 samples to be sequenced during the Initial Contract Period, though actual volumes may be much higher, with current estimates for 3000 samples to be sequenced by the Contractor by the end of October 2023. Samples will be provided to the Contractor in multiple batches of samples rather than a single large order. There may also be a requirement for Whole Genome Sequencing of other bacterial species.
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
9 January 2023
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The Contract Period may be extended up to a maximum of 36 months after the initial period, at the sole discretion of FSS
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
For SPD question 4B.4:
List and brief description of selection criteria:
Current Ratio will be calculated as follows:
net current assets divided by net 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
Minimum level(s) of standards required:
Bidders must demonstrate a Current Ratio of no less than 0.8.
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
2 November 2022
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
2 November 2022
Local time
12:00pm
Place
Edinburgh
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
It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:
Public Liability Insurance in the sum of not less than 1,000,000 GBP and
Employer’s Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation applicable
Tenderers are required to demonstrate suitable experience and track record of delivering Whole Genome Sequencing Services using Illuminia technology by providing 2 examples where they have delivered similar services within the past 3 years.
Tenderers should state if they intend or do not intend to use a supply chain to deliver the requirements detailed in the Contract Notice. If Tenderers intend to use a supply chain, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively and the evidence listed below will be provided as requested.
Prior to contract award Scottish Procurement will ask the Economic Operator to provide evidence of:
a their standard payment terms
b ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the Economic Operator is unable to confirm b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
If the Economic Operator cannot evidence a) and b) and, if required the provision of an improvement plan signed by their Director which improves the payment performance, then an award of contract will not be made.
The Tenderer must confirm they have all appropriate licences required to provide Whole Genome Sequencing using Illumina technology
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Single Procurement Document will be scored on a pass/fail basis.
Award Criteria Questions can be found in the ITT together with the weightings. Question scoring methodology for award criteria is outlined in Invitation to Tender.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD questions 2C.1.1 and 2D.1.2. These parties must complete the first 3 sections of the SPD form, as well as any part of the Section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. Food Standards Scotland reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=708401.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:708401)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=708401
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom