Notice Information
Notice Title
Iso-Seqencing Services
Notice Description
The University require the provision of iso-sequencing services for samples provided by the University. The University are using the PCS-Tender portal to conduct this ITT exercise. The PCS-Tender reference is: itt_36517
Lot Information
Lot 1
The University (The Buyer) invites competitive tenders for the provision of Iso-Sequencing Services on behalf of a team of researchers based at the Roslin Institute at the University of Edinburgh. Samples will be provided by the University and the supplier will perform the sequencing requirements and return the subsequent data. This work is part of the wider 'Functional Annotation of Animal Genomes' (FAANG) initiative which aims to improve the function annotation of animal genomes.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000630738
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394861
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73111000 - Research laboratory services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Sep 20205 years ago
- Submission Deadline
- 7 Oct 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Billy Robertson
- Contact Email
- billy.robertson@ed.ac.uk
- Contact Phone
- +44 1316502508
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394861
Iso-Seqencing Services - The University require the provision of iso-sequencing services for samples provided by the University. The University are using the PCS-Tender portal to conduct this ITT exercise. The PCS-Tender reference is: itt_36517
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000630738-2020-09-16T00:00:00Z",
"date": "2020-09-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000630738",
"initiationType": "tender",
"parties": [
{
"id": "org-52",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Billy Robertson",
"email": "Billy.robertson@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-64",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-52"
},
"tender": {
"id": "LIT0645",
"title": "Iso-Seqencing Services",
"description": "The University require the provision of iso-sequencing services for samples provided by the University. The University are using the PCS-Tender portal to conduct this ITT exercise. The PCS-Tender reference is: itt_36517",
"status": "active",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "The research group requiring the services are based at the Roslin Institute; however services will be performed remotely at the supplier's premises and data sent onto the University."
},
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-10-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-10-07T12:00:00Z"
},
"documents": [
{
"id": "SEP394861",
"documentType": "contractNotice",
"title": "Iso-Seqencing Services",
"description": "The University require the provision of iso-sequencing services for samples provided by the University. The University are using the PCS-Tender portal to conduct this ITT exercise. The PCS-Tender reference is: itt_36517",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394861",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University (The Buyer) invites competitive tenders for the provision of Iso-Sequencing Services on behalf of a team of researchers based at the Roslin Institute at the University of Edinburgh. Samples will be provided by the University and the supplier will perform the sequencing requirements and return the subsequent data. This work is part of the wider 'Functional Annotation of Animal Genomes' (FAANG) initiative which aims to improve the function annotation of animal genomes.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2020-10-07T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Technicians should be suitably qualified on specific apparatus (as per tender documents) for conducting the sequencing services."
},
{
"type": "economic",
"description": "The successful tenderer will be required to provide 3 years audited accounts, or equivalent, prior to being awarded the Contract, or confirm in their submission the publicly accessible, free, online location of accounts in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing.",
"minimum": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 240,000GBP for the last 3 years. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. ESPD 4B.5.1 and 4B.5.2 Statements It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Public Liability Insurance = 2,000,000 GBP Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Product Liability Insurance = 1,000,000 GBP Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders must also confirm they can provide supporting evidence at point of award. ESPD 4B.6 Statement: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information. A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. Where the bidder is providing a submission of behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract."
},
{
"type": "technical",
"description": "ESPD 4C.2 Statement Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "ESPD Statement 4D.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. ESPD 4D.2 Statement: Suppliers should have an up to date environmental policy which highlights how it relates to the reduction of energy consumption and environmental good practice systems, including ISO 14001, or EMAS, (or equivalent) which form part of your business practice. Technical minimum standards relating to the service requirements are included in section 1.84 of the Qualification envelope on PCS-Tender."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "73111000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is itt_36517 This procurement includes additional procurement-specific minimum requirements which are detailed in the Concluding Statements box of the Qualification Envelope in PCS-T. Note: Bidders must complete the ESPD (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 ESPD Supplier Response Forms attached to the ESPD question 2A.17.4 and 2C.1.1 on PCS-T. These parties complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations under: -The Modern Slavery Act 2015(available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted) - The ILO conventions and other measures listed in Annex X of Directive 2014/24/EU(available at https://eur-lex.europa.eu/legal-content/EN/TXT/HTML/? uri=CELEX:32014L0024&from=EN) -The Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -The Employment Relations Act 1999 (Blacklists) Regulations 2010(http://www.legislation.gov.uk/uksi/2010/493/contents/made) -this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 36517. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:630738)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000630738"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}