Award

Massively Parallel Sequencing (MPS) System, Kits and Maintenance

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

24 Mar 2021 at 00:00

Tender

13 Nov 2020 at 00:00

Summary of the contracting process

The Scottish Police Authority is seeking suppliers for the "Massively Parallel Sequencing (MPS) System, Kits and Maintenance." This procurement falls within the public order and safety sector and is located in Dundee, UK. The tender was initiated on 13th November 2020 and has since moved through various stages, currently being complete as of 24th March 2021. The contract was awarded through an open procedure and includes an active contract valued at £628,242.29, which was signed on 2nd March 2021. Key details highlight the requirement for a comprehensive system tailored for forensic genetics, including necessary kits and maintenance services.

This opportunity represents significant potential for growth, especially for businesses specialising in forensic technology, medical supplies, or systems integration. Companies capable of delivering high-quality MPS systems and related services, including software analysis, would be particularly well-suited to engage in this procurement. Firms that meet rigorous insurance and regulatory standards, as well as demonstrate prior experience in similar contracts, may find this an advantageous pathway to expand their client base within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Massively Parallel Sequencing (MPS) System, Kits and Maintenance

Notice Description

MPS System with Kits and maintenance package

Lot Information

Lot 1

Scottish Police Authority, Forensic Services, has a requirement to procure a MPS system, along with kits for forensic genetics use, software to analyse the results and an associated maintenance package.

Renewal: Option to extend the contract for 2 periods of up to 24 months each.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000635236
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410265
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38000000 - Laboratory, optical and precision equipments (excl. glasses)

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£628,242 £500K-£1M

Notice Dates

Publication Date
24 Mar 20214 years ago
Submission Deadline
14 Dec 2020Expired
Future Notice Date
Not specified
Award Date
2 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Sharon Barr
Contact Email
neil.frame@scotland.pnn.police.uk, sharon.barr@scotland.pnn.police.uk
Contact Phone
+44 1786289070

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM71 Angus and Dundee City

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

LIFE TECHNOLOGIES

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000635236-2021-03-24T00:00:00Z",
    "date": "2021-03-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000635236",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-66",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "Sharon Barr",
                "email": "sharon.barr@scotland.pnn.police.uk",
                "telephone": "+44 1786289070",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-67",
            "name": "Glasgow Shefiff Court",
            "identifier": {
                "legalName": "Glasgow Shefiff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-45",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "neil.frame@scotland.pnn.police.uk",
                "telephone": "+44 1786289070",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-109",
            "name": "Life Technologies Ltd",
            "identifier": {
                "legalName": "Life Technologies Ltd"
            },
            "address": {
                "streetAddress": "3 Fountain Drive, Inchinnan Business Park",
                "locality": "Inchinnan",
                "region": "UK",
                "postalCode": "PA4 9RF"
            },
            "contactPoint": {
                "telephone": "+44 1418146100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-110",
            "name": "Glasgow Shefiff Court",
            "identifier": {
                "legalName": "Glasgow Shefiff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-45"
    },
    "tender": {
        "id": "PROC-20-0631",
        "title": "Massively Parallel Sequencing (MPS) System, Kits and Maintenance",
        "description": "MPS System with Kits and maintenance package",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "38000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dundee"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2020-12-14T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-12-14T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV399716",
                "documentType": "contractNotice",
                "title": "Massively Parallel Sequencing (MPS) System, Kits and Maintenance",
                "description": "MPS System with Kits and maintenance package",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399716",
                "format": "text/html"
            },
            {
                "id": "MAR410265",
                "documentType": "awardNotice",
                "title": "Massively Parallel Sequencing (MPS) System, Kits and Maintenance",
                "description": "MPS System with Kits and maintenance package",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410265",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Scottish Police Authority, Forensic Services, has a requirement to procure a MPS system, along with kits for forensic genetics use, software to analyse the results and an associated maintenance package.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend the contract for 2 periods of up to 24 months each."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-12-14T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "KPI's are detailed within the ITT"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. . ESPD Question 4A.2 Authorisation/Membership Where it is required, within a Tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: . ESPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. . Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. . Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. . Professional Indemnity Insurance = 2 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. . Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.",
                    "minimum": "ESPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years. . It is a mandatory requirement of this tender that bidders have supplied their platform and kits to other customers to deliver MPS for forensic science. A minimum of 2 and a maximum of 3 relevant examples must be provided"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "38000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation . Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. . Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. . Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. . Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. . Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. . (SC Ref:648621)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000635236"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000635236"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC-20-0631",
            "suppliers": [
                {
                    "id": "org-109",
                    "name": "Life Technologies Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC-20-0631",
            "awardID": "PROC-20-0631",
            "status": "active",
            "value": {
                "amount": 628242.29,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-02T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 225-554969"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "169",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "170",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "171",
                "measure": "foreignBidsFromEU",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "172",
                "measure": "foreignBidsFromNonEU",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "173",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}