Tender

CEFAS22-11 Next Generation Sequencing Services Framework

  • CEFAS

F02: Contract notice

Notice identifier: 2022/S 000-006229

Procurement identifier (OCID): ocds-h6vhtk-031eee

Published 7 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

CEFAS

Pakefield Road

Lowestoft

NR33 0HT

Email

procure@cefas.co.uk

Telephone

+44 1502527766

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.cefas.co.uk

one.3) Communication

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

https://defra.bravosolution.co.uk/go/39626026017F64A08C6F

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk/go/39626026017F64A08C6F

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CEFAS22-11 Next Generation Sequencing Services Framework

two.1.2) Main CPV code

  • 71621000 - Technical analysis or consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

To help meet increasing needs, Cefas have a requirement to establish a new framework agreement for the provision of Next Generation Sequencing (NGS) services to include the approaches detailed below, and any proposed solution/awarded Provider must be able to fulfil the following requirements (as a minimum):

1. The service provided must include the receipt of sample(s) from Cefas, Library Preparation, Quality Control and sequencing, and delivery of data back to Cefas.

2. The service provided must be able to offer, depending on the requirements of the project, a range of NGS technical options including but not restricted to high throughput short and long read sequencing (including Illumina MiSeq, HiSeq, and NovaSeq platforms, PacBio, and Oxford Nanopore Technologies) for a diverse range of sequencing requirements, including but not restricted to amplicon sequencing (metabarcoding and multiplexed protocols), whole/partial genome sequencing, mitogenomics, genome skimming, metagenomics and metatranscriptomics, RNASeq, and hybrid approaches.

Depending on the requirements of the project, some processing and initial analyses of the raw data may be requested. Collaborative, jointly-authored projects will also be undertaken, with input from both parties.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71351100 - Core preparation and analysis services
  • 71620000 - Analysis services
  • 71621000 - Technical analysis or consultancy services
  • 71900000 - Laboratory services
  • 73111000 - Research laboratory services
  • 79311300 - Survey analysis services
  • 79723000 - Waste analysis services
  • 90700000 - Environmental services
  • 90711300 - Environmental indicators analysis other than for construction

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

To help meet increasing needs, Cefas have a requirement to establish a new framework agreement for the provision of Next Generation Sequencing (NGS) services to include the approaches detailed below, and any proposed solution/awarded Provider must be able to fulfil the following requirements (as a minimum):

1. The service provided must include the receipt of sample(s) from Cefas, Library Preparation, Quality Control and sequencing, and delivery of data back to Cefas.

2. The service provided must be able to offer, depending on the requirements of the project, a range of NGS technical options including but not restricted to high throughput short and long read sequencing (including Illumina MiSeq, HiSeq, and NovaSeq platforms, PacBio, and Oxford Nanopore Technologies) for a diverse range of sequencing requirements, including but not restricted to amplicon sequencing (metabarcoding and multiplexed protocols), whole/partial genome sequencing, mitogenomics, genome skimming, metagenomics and metatranscriptomics, RNASeq, and hybrid approaches.

Depending on the requirements of the project, some processing and initial analyses of the raw data may be requested. Collaborative, jointly-authored projects will also be undertaken, with input from both parties.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Start date

1 May 2022

End date

30 April 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

4 April 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

4 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

London

Country

United Kingdom