Back to tenders & grants page
Supply of DNA Kits for DNA profiling in a forensic science context Chemicals Supply of DNA Kits for DNA profiling in a forensic science context
Receive Tenders like this by email

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

Supply of DNA Kits for DNA profiling in a forensic science context has been closed on 27 Oct 2021. It no longer accepts any bids. For further information, you can contact the Scottish Police Authority

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Scottish Police Authority

Industry:

Chemicals

Status:

Closed

Timeline

Published:

24 Sep 2021

Deadline:

27 Oct 2021

Value:

Not available

Contacts

Name:

Sharon Barr

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428579

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

UK

Contact person: Sharon Barr

E-mail: [email protected]

NUTS: UKM82

Internet address(es)

Main address: http://www.spa.police.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: PROC-21-1320

II.1.2) Main CPV code

33696500

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supply of DNA Kits

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

33696500

24000000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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 level(s) of standards required:

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.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

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 level(s) of standards required:

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).

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Key Performance Indications are detailed within the Invitation to Tender

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 104-252537

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/10/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/10/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

8 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19604. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not relevant due to nature of the contract.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

As part of the Technical Criteria, Tenderers are required to provide an outline of all Community Benefits that can be offered in relation to the Contract.

Any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery.

(SC Ref:668236)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Glasgow

UK

VI.5) Date of dispatch of this notice

24/09/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more