Section one: Contracting authority
one.1) Name and addresses
Newcastle University
Newcastle University, Procurement Services, Kingsgate
Newcastle
NE1 7RU
Contact
Dr Emma Barksby
Telephone
+44 1912086298
Country
United Kingdom
Region code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
(NU/1840) The Supply and Installation of a Long-Read Single-Molecule Sequencing Platform for Scalable Genomics, Transcriptomic, Epigenomic and Single-Cell Analysis
Reference number
DN644232
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
Newcastle University's Genomics Core Facility (GCF) is a state-of-the-art Next-Generation Sequencing laboratory that specialises in single-cell and spatial transcriptomics applications and supports a wide range of sequencing-based research within the Faculty of Medical Sciences (FMS) and beyond. The sequencing technology currently available within the facility is based on a clonally amplified short-read approach. As part of an MRC equipment award the University are seeking to purchase a high-throughput, scalable, long-read single-molecule sequencer. The scope of the contract is for the supply of the equipment and proprietary consumables, delivery, installation, training, 4 years of maintenance and servicing cover to begin once the 12-month warranty period has expired and proprietary consumables for 5 years post installation (to be purchased as and when required). The sequencer will be operated by dedicated and experienced NGS staff and will play a central role in large-scale discovery and translational research programmes involving genomic, transcriptomic, epigenomic and single cell analysis.
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51430000 - Installation services of laboratory equipment
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The Genomics Core Facility (GCF) is a state-of-the-art Next-Generation Sequencing laboratory that specialises in single-cell and spatial transcriptomics applications and supports a wide range of sequencing-based research within the Faculty of Medical Sciences (FMS) and beyond. The sequencing technology currently available within the facility is based on a clonally amplified short-read approach. As part of an MRC equipment award the University are seeking to purchase a high-throughput, scalable, long-read single-molecule sequencer. The scope of the contract is for the supply of the equipment and proprietary consumables, delivery, installation, training, 4 years of maintenance and servicing cover to begin once the 12-month warranty period has expired and proprietary consumables for 5 years post installation (to be purchased as and when required). The sequencer will be operated by dedicated and experienced NGS staff and will play a central role in large-scale discovery and translational research programmes involving genomic, transcriptomic, epigenomic and single cell analysis.
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: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The contract is for the purchase of capital equipment but includes a framework agreement to purchase any proprietary consumables required for the running of the equipment.
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
22 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
22 December 2022
Local time
2:00pm
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
Newcastle University
Newcastle upon Tyne
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Newcastle University will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and 4 / 4 that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address referred to in part 1.1 above. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages