Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Microbiological Survey of Minced Beef on Retail Sale in Scotland

  • First published: 06 July 2018
  • Last modified: 06 July 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Food Standards Scotland
Authority ID:
AA34649
Publication date:
06 July 2018
Deadline date:
13 August 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of this project is to address the key evidence gap in relation to the microbiological risk of Scottish beef mince at retail level to contribute to the delivery of FSS’s strategy aimed at reducing the incidence of foodborne illness in Scotland.

To assist in achieving this aim, the Contractor shall:

a. carry out sampling of fresh minced beef on retail sale over a 1 year period across a range of geographical locations in Scotland. Sampling should be designed so that it is representative of what Scottish consumers are buying and eating;

b. analyse the samples for the following foodborne pathogens and hygiene indicator organisms:

i) STEC (including E. coli O157 and non-O157s);

ii) Campylobacter;

iii) Salmonella;

iv) Generic E. coli;

v) Anaerobic colony counts (ACCs);

c. samples that are found to contain pathogenic microorganisms (campylobacter, salmonella and STEC) will be sequenced by whole genome sequencing (WGS);

d. all pathogens analysed by WGS will be screened for AMR genes;

e. 100 generic E. coli isolated and all the STEC, campylobacter and salmonella isolates will also be tested for antimicrobial resistance by disk diffusion (or an alternative appropriate method);

f. sample results will be analysed statistically to determine the prevalence and levels of AMR for each of the organisms tested.

The Contractor is required to analyse any patterns in the variation of microorganisms present (e.g. seasonal or regional) or any indications of risk factors that influence the microbiological quality of mince on retail sale in Scotland. This will be achieved by ensuring sampling is undertaken over a full 12 month period and across a range of product ranges and geographical locations in Scotland. The result of this analysis will also be included within the full report.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Food Standards Scotland (FSS)

4th Floor, Pilgrim House, Old Ford Road

Aberdeen

AB11 5RL

UK

Telephone: +44 1412420133

E-mail: tommy.mcphelim@gov.scot

NUTS: UKM

Internet address(es)

Main address: www.foodstandards.gov.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24524

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Microbiological Survey of Minced Beef on Retail Sale in Scotland

Reference number: FSS/2018/013

II.1.2) Main CPV code

73110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The primary objective of this project is to generate baseline data on the significant microbiological pathogens and hygiene indicator organisms present in beef mince on retail sale to the consumer in Scotland. A secondary objective is to analyse any patterns of variation (e.g. seasonal or geographical) to identify any risk factors associated with microbial contamination. Thirdly, the presence and significance of Antimicrobial resistance (AMR) should be determined in any pathogens and a subset of 100 isolates of generic E. coli found.

This will be done by undertaking a comprehensive survey of microbiological pathogens and hygiene indicator organisms in beef mince at retail across a range of geographic locations in Scotland over the course of 1 year. This should include surveying different premises (e.g. butchers, supermarkets), geographical locations and product ranges (e.g. value, premium) in order to represent what Scottish consumers are currently purchasing.

II.1.5) Estimated total value

Value excluding VAT: 170 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

73110000

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

The aim of this project is to address the key evidence gap in relation to the microbiological risk of Scottish beef mince at retail level to contribute to the delivery of FSS’s strategy aimed at reducing the incidence of foodborne illness in Scotland.

To assist in achieving this aim, the Contractor shall:

a. carry out sampling of fresh minced beef on retail sale over a 1 year period across a range of geographical locations in Scotland. Sampling should be designed so that it is representative of what Scottish consumers are buying and eating;

b. analyse the samples for the following foodborne pathogens and hygiene indicator organisms:

i) STEC (including E. coli O157 and non-O157s);

ii) Campylobacter;

iii) Salmonella;

iv) Generic E. coli;

v) Anaerobic colony counts (ACCs);

c. samples that are found to contain pathogenic microorganisms (campylobacter, salmonella and STEC) will be sequenced by whole genome sequencing (WGS);

d. all pathogens analysed by WGS will be screened for AMR genes;

e. 100 generic E. coli isolated and all the STEC, campylobacter and salmonella isolates will also be tested for antimicrobial resistance by disk diffusion (or an alternative appropriate method);

f. sample results will be analysed statistically to determine the prevalence and levels of AMR for each of the organisms tested.

The Contractor is required to analyse any patterns in the variation of microorganisms present (e.g. seasonal or regional) or any indications of risk factors that influence the microbiological quality of mince on retail sale in Scotland. This will be achieved by ensuring sampling is undertaken over a full 12 month period and across a range of product ranges and geographical locations in Scotland. The result of this analysis will also be included within the full report.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 170 000.00  GBP

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

Duration in months: 20

This contract is subject to renewal: No

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

ESPD Q4B.5.1-3

It is a requirement that Contractors hold or can commit to obtain prior to start of any subsequently awarded contract the types of insurance below:

— Employers (Compulsory) Liability Insurance: 5 000 000 GBP,

— Public Liability Insurance: 1 000 000 GBP,

— Public Indemnity Insurance: 1 000 000 GBP.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

ESPD Q4D.1 Quality Management Procedures

The bidder must ensure any laboratory undertaking microbiological analysis must hold an accreditation of ISO 17025 standard or equivalent.

The bidder must ensure that individual test methods shall be accredited for detection and enumeration of each of the microorganisms specified in regulation EC 2073/2005 (i.e. for salmonella, ACC and E. coli) or equivalent. Alternative methods may be used with evidence of appropriate validation. Where possible, details of the accreditation of other methods employed should also be given (i.e. for STEC, campylobacter, AMR and WGS).

III.2) Conditions related to the contract

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

Date: 13/08/2018

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/08/2018

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.ubliccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=548679

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.

(SC Ref:548679)

VI.4) Procedures for review

VI.4.1) Review body

Food Standards Scotland (FSS)

4th Floor, Pilgrim House, Old Ford Road

Aberdeen

AB11 5RL

UK

Telephone: +44 1412420133

Internet address(es)

URL: www.foodstandards.gov.scot

VI.5) Date of dispatch of this notice

03/07/2018

Coding

Commodity categories

ID Title Parent category
73110000 Research services Research and experimental development services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tommy.mcphelim@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.