Award

Supply of DNA Kits for DNA profiling in a forensic science context

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

26 Aug 2022 at 00:00

Tender

24 Sep 2021 at 00:00

Summary of the contracting process

The Scottish Police Authority has awarded a contract for the supply of DNA kits for DNA profiling in a forensic science context to Life Technologies Ltd. The contract, with an active status, was signed on August 18, 2022. The procurement process was carried out through an open procedure with a focus on goods. The contract was for the procurement of kits for DNA extraction, DNA quantification, and PCR amplification of autosomal STR markers. The process involved quality and price criteria, and the main procurement category was goods.

This contract award presents an opportunity for businesses in the forensic science industry, particularly those dealing with DNA profiling technologies. Companies engaged in the production or supply of DNA kits for forensic applications would be well-suited to compete in similar tenders. The contract's location is in Glasgow, UK, and the Scottish Police Authority served as the buying organization for this procurement. The closing date of the procurement process was in September 2021, with a tender period ending in October 2021, showcasing a recent contracting activity in the forensic science field.

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

Supply of DNA Kits for DNA profiling in a forensic science context

Notice Description

Supply of DNA Kits

Lot Information

Lot 1

The Scottish Police Authority has a requirement to procure kits for DNA extraction, DNA quantification and PCR amplification of autosomal STR (short tandem repeat) markers for DNA profiling in a forensic science context.

Renewal: Option to extend the contract for four periods of up to twelve months each at the sole discretion of the Authority.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000668236
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457398
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

24 - Chemical products

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

24000000 - Chemical products

33696500 - Laboratory reagents

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£8,437,884 £1M-£10M

Notice Dates

Publication Date
26 Aug 20223 years ago
Submission Deadline
27 Oct 2021Expired
Future Notice Date
Not specified
Award Date
18 Aug 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
8 years

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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM Scotland

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

Supplier Information

Number of Suppliers
1
Supplier Name

LIFE TECHNOLOGIES

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-r6ebe6-0000668236-2022-08-26T00:00:00Z",
    "date": "2022-08-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000668236",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-11",
            "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": "james.brennan@scotland.pnn.police.uk",
                "telephone": "+44 7717878917",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/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-12",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-93",
            "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",
                "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-94",
            "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-95",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-93"
    },
    "tender": {
        "id": "PROC-21-1320",
        "title": "Supply of DNA Kits for DNA profiling in a forensic science context",
        "description": "Supply of DNA Kits",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33696500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "24000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "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": "2021-10-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-10-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP428579",
                "documentType": "contractNotice",
                "title": "Supply of DNA Kits for DNA profiling in a forensic science context",
                "description": "Supply of DNA Kits",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428579",
                "format": "text/html"
            },
            {
                "id": "AUG457398",
                "documentType": "awardNotice",
                "title": "Supply of DNA Kits for DNA profiling in a forensic science context",
                "description": "Supply of DNA Kits",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457398",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority has a requirement to procure kits for DNA extraction, DNA quantification and PCR amplification of autosomal STR (short tandem repeat) markers for DNA profiling in a forensic science context.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend the contract for four periods of up to twelve months each at the sole discretion of the Authority."
                }
            }
        ],
        "bidOpening": {
            "date": "2021-10-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Key Performance Indications are detailed within the Invitation to Tender"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD 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 Authority's 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, If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. . SPD 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: . SPD 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. . 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 and in the aggregate. Tenderers may be required to provide a copy of their current Product Liability 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": "SPD 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 SPD 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": "SPD Question 4C.1.2 Technical and Professional Ability It's a mandatory requirement that bidders are able evidence that the kits proposed in response to this tender have been used by other forensic science providers on the Hamilton Robotics Autolys STAR and STARlet platforms; in this regard, Tenderers should provide examples and details of reference point(s) that have used their DNA kits on these automated platforms. A Minimum of 1, maximum of 2 examples to be provided. . SPD Question 4C.11 - Products Following assessment of tenders, the highest overall scoring tenderer (first ranked) will be required to provide the following : - enough of their DNA extraction kit to extract 100 samples - enough of their DNA quantification kit to quantify 200 samples - enough of each PCR amplification kit to PCR 200 samples. Kits will only require to be provided if they are different from the kits currently used by Forensics Services. Kits must be provided within 10days of request and must be provided free of charge. Full details can be found within the ITT document. .",
                    "minimum": "SPD Question 4C.12 Quality Control Kits supplied must be manufactured in accordance with ISO 18385:2016 'Minimizing the risk of human DNA contamination in products used to collect, store and analyze biological material for forensic purposes -- Requirements' (or equivalent)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "classification": {
            "id": "33696500",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "8 years"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-023770"
        }
    ],
    "description": "Vetting The Tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the goods and or services shall be vetted to Non Police Personnel Vetting Standards ((NPPV) Level 2 (abbreviated). . Economic Operators 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. . 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 SPD. . 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:704843)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000668236"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000668236"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC-21-1320-1",
            "suppliers": [
                {
                    "id": "org-94",
                    "name": "Life Technologies Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC-21-1320-1",
            "awardID": "PROC-21-1320-1",
            "status": "active",
            "value": {
                "amount": 8437884,
                "currency": "GBP"
            },
            "dateSigned": "2022-08-18T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "98",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "99",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "100",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "101",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "102",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}