Tender

Whole Genome Sequencing Services for E.coli Genomes

  • Food Standards Scotland (FSS)

F02: Contract notice

Notice identifier: 2022/S 000-027333

Procurement identifier (OCID): ocds-h6vhtk-037168

Published 29 September 2022, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Food Standards Scotland (FSS)

4th Floor, Pilgrim House, Old Ford Road

Aberdeen

AB11 5RL

Email

Avril.Gordon@gov.scot

Telephone

+44 1224285172

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

www.foodstandards.gov.scot

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