Section one: Contracting authority
one.1) Name and addresses
CEFAS
Pakefield Road
Lowestoft
NR33 0HT
Telephone
+44 1502527766
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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